COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO

Size: px
Start display at page:

Download "COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO"

Transcription

1 COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO SPECIFICATIONS, TERMS & CONDITIONS For 10:00 a.m. on May 5, 2008 At General Services Agency 1401 Lakeside Drive, Room 201 Oakland, CA NETWORKING/BIDDERS CONFERENCES At 2:00p On May 6, 2008 At Public Works Agency 4825 Gleason Drive Dublin, CA For complete information regarding this project see RFP posted at or contact the person listed below. Thank you for your interest! Contact Person: Nancy Bishop Phone Number: Address: RESPONSE DUE By 2:00 p.m. On May 27, 2008 At Alameda County, GSA-Purchasing 1401 Lakeside Drive, Suite 907 Oakland, CA 94612

2 COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO SPECIFICATIONS, TERMS & CONDITIONS For TABLE OF CONTENTS Page 1 of 2 Page I. ACRONYM AND TERM GLOSSARY... 3 II. III. IV. STATEMENT OF WORK A. Intent... 4 B. Background... 5 C. Scope... 5 D. Vendor Qualifications.7 E. Specific Requirements (includes Modules 1-9)... 7 F. Debarment and Suspension.. 24 G. Deliverables/Reports 24 H. County Contacts INSTRUCTIONS TO BIDDERS I. Calendar of Events...25 J. Networking/Bidders Conference...25 K. Submittal of Bids...26 L. Response Format...28 M. Evaluation Criteria/Selection Committee...28 N. Notice of Award...32 O. Bid Protest / Appeals Process...33 TERMS AND CONDITIONS P. Term / Termination / Renewal...34 Q. Quantities...34 R. Pricing...34 S. Award...35 T. Method of Ordering...35 U. Invoicing...36 V. County Provisions...36 W. Online Contract Compliance Management System. 40 X. Compliance Information and Records Y. Account Manager/Support Staff...40 Z. General Requirements /4/06

3 COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO SPECIFICATIONS, TERMS & CONDITIONS For TABLE OF CONTENTS Page 2 of 2 ATTACHMENTS Exhibit A Acknowledgement Exhibit B -- Bid Form (one required for each Module being bid) Exhibit C Insurance Requirements Exhibit D1 Current References Exhibit D2 Former References Exhibit E SLEB Certification Application Package Exhibit F Small and Local Business Subcontracting Information Exhibit G Request for Small and Local or Emerging Preference Exhibit H First Source Agreement Exhibit I Exceptions, Clarifications, Amendments Exhibit J Standard Service Agreement Contract Draft Exhibit K Environmental Certification ( intentionally omitted ) Exhibit L RFP Vendor Bid List Exhibit M Response/Content Submittal; Completeness Check List Exhibit N - Debarment and Suspension Certification.

4 Specifications, Terms & Conditions for I. ACRONYM AND TERM GLOSSARY Unless otherwise noted, the terms below may be upper or lower case. Acronyms will always be uppercase. AAAAA (Five A s) Ask, Advise, Assess, Assist and Arrange AB 13 California Assembly Bill 13, which stipulates that "No employer shall knowingly or intentionally permit, and no person shall engage in, the smoking of tobacco products in an enclosed space at a place of employment." ACPHD Alameda County Public Health Department ACTCP Alameda County Tobacco Control Program AFLP Adolescent Family Life Program AOD/MH Alcohol and Other Drug/Mental Health populations ATOD Alcohol Tobacco and Other Drug Bid Shall mean the bidders /contractors response to this Request Bidder Shall mean the specific person or entity responding to this RFP BIH Black Infant Health Board Shall refer to the County of Alameda Board of Supervisors CBO Community Based Organization CODE California Online Database for Enforcement COPD Chronic Obstructive Pulmonary Disease CPSP Comprehensive Perinatal Services Program CSC Shall refer to County Selection Committee Contractor When capitalized, shall refer to selected bidder that is awarded a contract County When capitalized, shall refer to the County of Alameda ETS Environmental Tobacco Smoke Federal Refers to United States Federal Government, its departments and/or agencies Five As Ask, Advise, Assess, Assist and Arrange F.O.B Shall mean without charge for delivery to destination and placing on board a carrier at a specified point (Free On Board) HIPAA Health Insurance Portability and Accountability Act HMO IPOP IRS Labor Code MCO MPCAH-SIDS MSA MSDS Health Maintenance Organization Improving Pregnancy Outcomes Project Refers to Internal Revenue Service Refers to California Labor Code Managed Care Organization Maternal Paternal Child and Adolescent Health's Sudden Infant Death Syndrome Master Settlement Agreement Refers to Material Safety Data Sheets Page 3 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

5 Specifications, Terms & Conditions for NRT OSHA PAL Pharmacotherapy PPO Proposal PO Proposition 99 Request for Proposal Response RFI RFP Seasoned Youth Service Area SHS SLEB State TMSF TUPE USPHSG WIC Youth Nicotine Replacement Therapy Refers to California Occupational Safety and Health Administrations Police Activity League Nicotine replacement therapy Preferred Provider Organization Shall mean bidder/contractor response to this RFP Shall refer to Purchase Order(s) California Tobacco Tax Initiative Shall mean this document, which is the County of Alameda s request for contractors /bidders proposal to provide the goods and/or services being solicited herein. Also referred herein as RFP Shall refer to bidder s proposal or quotation submitted in reply to RFP Request for Interest Request for Proposal Youth who have previously participated in a youth program All of Alameda County, excluding the City of Berkeley Secondhand Smoke Small Local Emerging Business Refers to State of California, its departments and/or agencies Tobacco Master Settlement Funds Tobacco Use Prevention Education United States Public Health Service Guidelines Women, Infants, and Children People of school age II. STATEMENT OF WORK A INTENT It is the intent of this Request for Proposal (RFP) to solicit proposals from qualified bidders in accordance with the specifications, terms and conditions for the implementation of prevention and health promotion programs in the nine (9) modules described herein, that will enhance the Department of Public Health Tobacco Control Program goals and objectives. These goals and objectives are available on the Tobacco Control website at The proposed programs shall promote tobacco cessation, counter pro-tobacco influences, promote enforcement of tobacco control laws, and/or advocate for antitobacco policies within Alameda County (except City of Berkeley). It is the intent to Page 4 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

6 Specifications, Terms & Conditions for award multi contracts to multiple contractors based on their proposal for each goal listed in this RFP. The County intends to award a two (2) year contract with option to renew to the bidder(s) selected as most capable of meeting the County s requirements. B BACKGROUND Statistically, tobacco smoking continues to be the single most preventable cause of death in the United States, killing four (4) times the number of people that die from alcohol, and twenty-eight (28) times the number of people that die from heroin and cocaine, combined. Over one-third (34.1%) of Alameda County adolescents are considered to be most at risk of future smoking. In 1998, California signed a Master Settlement Agreement (MSA) with seven (7) tobacco companies. The MSA is the result of an agreement to settle lawsuits the states brought against tobacco companies to recoup costs associated with smoking. These companies agreed to change the way tobacco products are marketed and pay states that signed this agreement an estimated two hundred six billion dollars ($206,000,000,000). Half of all payments California receives are distributed to the State's fifty-eight (58) counties and the cities of Los Angeles, San Diego, San Francisco and San Jose The California Department of Public Health data indicates that smoking rates were at an all-time low of under 15% in This same data shows rates of smoking among African-Americans to be greater than 20%. Additionally, the California Behavioral Risk Factor Survey for 2005 showed that smoking rates were significantly higher for low-income persons. Adult males earning less than $25,000 were almost twice as likely to smoke as males earning more than $50,000 (25% vs. 13%). In spite of the many successes that tobacco control efforts have accomplished in California and Alameda County over the last two decades, many groups have not received significant health benefit from these worthwhile efforts. These modules described within this RFP have been designed to begin addressing those systematic inequities in health. Alameda County receives revenue each year as a result of the Master Settlement Agreement (MSA), which the Public Health Department uses to promote tobacco prevention programs. C SCOPE The Alameda County Public Health Department - Tobacco Control Program is requesting agencies to submit proposals for nine (9) different modules to address tobacco related health inequities. The nine modules consist of the following: Youth Leadership Development (2 modules); Capacity Building; Policy; Mini-Grants; Social Justice Training; Cessation Services; Cessation Training; and Tobacco Counseling and Cessation. Creating effective change requires changes on multiple levels that are all Page 5 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

7 Specifications, Terms & Conditions for equally important. Therefore, the Tobacco Control Program is utilizing the Spectrum of Prevention as a theoretical framework for the modules. The Spectrum of Prevention defines six levels: 1) Individual Strengths and Behaviors, 2) Community Education, 3) Provider Training, 4) Coalitions and Collaborations, 5) Organization Structure, and 6) Policy. (For more information on the Spectrum of Prevention, visit Each of the requested modules is focused on one or more of these levels. Health has traditionally been defined as the effects of health care and individual behaviors (positive or negative) on an individual person. These modules are designed to recognize the importance of health care and individual behavior in tobacco related health outcomes. However, the existence of tobacco related health inequities by ethnicity, socio-economic status and place of residence require a broader framework for addressing this issue. The socio-ecological model offers the theory that there are other important factors that affect health and directly contribute to health inequities. These include the physical and social environment, inequities in power between different ethnic/demographic populations, and entrenched biases in decision-making by those with power that continue to benefit populations with power at the expense of those without power. (The Alameda County Tobacco Control Coalition has posted Dr. Tony Iton s presentation on the socio-ecological model at tobaccofreealamedacounty.org). Bidders shall show their understanding of how inequities in power in our communities have led to tobacco related health inequities and incorporate solutions into their proposals as required in II STATEMENT OF WORK, SPECIFIC REQUIREMENTS. This RFP allows bidders to submit proposals for one (1) or more of the following nine (9) modules provided they meet the individual qualifications listed in each module. Module 1 and 2 - Youth Leadership Module 3 - Community Capacity Building Module 4 - Policy Module 5 - Community Grants Module 6 - Training on Social Justice Module 7 - Cessation Services Module 8 - Cessation Training Module 9 - Tobacco Counseling and Cessation Page 6 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

8 Specifications, Terms & Conditions for D VENDOR QUALIFICATIONS Vendor Minimum Qualifications 1. Contractor shall have two (2) years previous experience in conducting public health projects in urban centers similar to Alameda County. 2. Contractor shall provide references showing previous experience working effectively with diverse low-income, ethnic community groups and county staff. 3. Contractor shall provide references to substantiate two years (2) previous work experience in public health and tobacco prevention. 4. Contractor s key personnel shall be able to provide appropriate credentials, and experience. 5. Contractor shall possess all permits, licenses and professional credentials necessary to perform services as specified under this RFP. 6. Organizations submitting proposals must not receive donations, support, or anything of value from tobacco companies, their agents, or subsidiaries. E SPECIFIC REQUIRMENTS AND LIST OF MODULES The following requirements are specific to each individual module and are stated within Modules No. 1 through 9. The contractor shall show their understanding of how inequities in power in our communities have led to tobacco related health inequities and incorporate solutions into their proposal(s). The Alameda County Tobacco Control Coalition has posted Dr. Tony Iton s presentation on the socio-ecological model at tobaccofreealamedacounty.org as a reference. Page 7 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

9 Specifications, Terms & Conditions for Modules 1 and 2 Youth Leadership Award amount $160,000 annually (up to $80,000 per contract) (2 contracts to 2 separate applicants to be awarded in two different geographic areas) Background: Youth, teens as well as young adults, are the prime market for tobacco companies. The majority of adults who smoke began smoking before the age of 18. In these two modules, ACPHD is seeking two (2) non-profit agencies to conduct youth projects that will create youthdesigned, youth-led, and youth-implemented social action projects to address tobacco control issues. Goal: Participating youth will lead a social action project that addresses the underlying causes of health inequities in tobacco-related diseases. Projects must focus their efforts in one of the following communities: East Oakland, West Oakland, Hayward, or the unincorporated areas and must recruit at-risk youth from the affected community. Outcome Objective 1: By June 30, 2010, participating youth will increase their leadership skills in tobacco prevention. Outcome Objective 2: By June 30, 2010, environmental and/or policy changes will lead to a decrease in health inequities related to tobacco. Required Proposal Components Description of Proposed Program Plan a. Identify roles and responsibilities, project goals and measurable outcomes. b. Identify geographic location. c. Identify possible social action projects (i.e. local policies, environmental prevention, social justice, health inequities, and/or peer education) to be addressed by participating youth. d. Describe expected outcomes, anticipated deliverables from social action projects, expected process through which participating youth will develop an achievable work plan of activities to reach the identified outcome. e. Outline timelines for major activities. Provide documented evidence that the proposed activities will lead to the desired outcomes. f. Describe recruitment strategies and number of youth to be recruited. g. Identify names and descriptions of probable partners. h. Describe how health inequities will be integrated into the curriculum and projects. i. Describe how project will provide youth opportunities in the form of stipends, internships, ongoing jobs, etc. j. Identify youth leadership development models to be used and documented evidence that the proposed model will lead to the desired outcomes. Identify probable curricula to be used and/or topics covered in any leadership training. Organizational Capacity a. Describe experience and/or capacity working with the proposed population and in the proposed geographic location. b. Describe experience working on cessation and tobacco control issues, or similar experience that is transferable to tobacco control issues. c. Describe experience and/or capacity to document all fiscal records using appropriate methods Page 8 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

10 Specifications, Terms & Conditions for that meet Local, State and Federal requirements. Additional Contract Requirements Collaboration/ Coordination a. Attend Youth Task Force Committee meetings on at least a quarterly basis b. Coordinate with the Youth Task Force Committee to identify and develop methods for incorporating strategies for high-risk population groups to help reduce health disparities in Alameda County c. Share and/or disseminate these strategies with other task force committees for use in their program activities. d. Ensure outreach to recruit and train youth annually to participate in tobacco youth buy stings with local law enforcement agencies. Evaluation a. Utilize county developed surveys for pre and post test to measure changes in participating youths knowledge and behaviors. Submit copies of completed surveys to Alameda County Tobacco Control Program. b. Report progress electronically on a quarterly basis to Alameda County Tobacco Control Program. c. Submit electronically a year-end evaluation report annually which include any challenges, barriers and recommended solutions. Page 9 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

11 Specifications, Terms & Conditions for Module 3 Community Capacity Building Award amount $90,000 Single contract only Background: The burdens of tobacco use and health inequities are often felt at the neighborhood level in the form of increased rates of tobacco related disease and death, lack of a voice in decisionmaking, stressful environments, and a lack of healthy options. In this module, ACPHD is seeking a non-profit agency to work with residents to develop a resident-designed and resident-led social action project that addresses tobacco and health inequities in one of the following communities: East Oakland, West Oakland, Hayward, or the unincorporated areas. Goal: Participating residents will lead a social action project that addresses the underlying causes of health inequities in tobacco-related diseases. Projects must focus on their efforts in one of the following communities: East Oakland, West Oakland, Hayward, or the unincorporated areas, and must recruit residents from the affected community. Outcome Objective 1: By June 30, 2010, participating adult residents will increase their leadership skills in tobacco prevention. Outcome Objective 2: By June 30, 2010 tobacco prevention social action project(s) will lead to a decrease in the underlying causes of health inequities in the identified community. Required Proposal Components Description of Proposed Program Plan a. Identify roles and responsibilities, project goals and measurable outcomes. b. Identify geographic location. c. Identify possible social action projects (i.e. local policies, environmental prevention, social justice, health inequities, and/or peer education) to be addressed by participating adult resident. d. Describe expected outcomes, anticipated deliverables from social action projects, expected process through which participating adult resident will develop an achievable work plan of activities to reach the identified outcome. e. Outline timelines for major activities. Provide documented evidence that the proposed activities will lead to the desired outcomes. f. Describe recruitment strategies and number of adult residents to be recruited. g. Identify names and descriptions of probable partners. h. Describe how health inequities will be integrated into the curriculum and projects. i. Describe how project will provide opportunities to adult residents in the form of stipends, ongoing jobs, etc. j. Describe capacity-building models to be used and provide documented evidence that the proposed model will lead to the desired outcomes. Identify probable curricula to be used and or topics covered in any leadership training. Organizational Capacity Page 10 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

12 Specifications, Terms & Conditions for a. Describe experience and/or capacity working with the proposed population and in the proposed geographic location. b. Describe experience working on cessation and tobacco control issues, or similar experience that is transferable to tobacco control issues. c. Describe experience and/or capacity to document all fiscal records using appropriate methods that meet Local, State and Federal requirements. Additional Contract Requirements Collaboration/ Coordination a. Attend Policy Committee meetings on at least a quarterly basis. b. Coordinate with Policy Committee to identify and develop methods for incorporating strategies for high-risk population groups to help reduce health disparities in Alameda County. Share and/or disseminate these strategies with other committees (Youth Committee, Cessation Committee, and Community Grant Committee) for use in their program activities. Evaluation a. Utilize county developed surveys for pre and post test to measure changes in participating residents knowledge and behaviors. Submit copies of completed surveys to Alameda County Tobacco Control Program. b. Report progress electronically on a quarterly basis to Alameda County Tobacco Control Program. c. Submit electronically a year-end evaluation report annually which include any challenges, barriers and recommended solutions. Page 11 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

13 Specifications, Terms & Conditions for Module 4 Policy (Award Amount up to $80,000 annually) Single Contract Only Background: Alameda County communities have been at the forefront for local adoption of tobacco control policies. A group of committed advocates has led most of these successful policy campaigns. Many groups and agencies have no experience in policy advocacy and hence often do not have an effective voice in their community. ACPHD is seeking a non-profit agency to foster policy and advocacy skills related to tobacco control for non-traditional agencies, neighborhood groups and/or individual residents. Goal: Increase the capacity of non-traditional agencies and/or individuals to participate in tobacco prevention policy work and advocacy. Outcome Objective: By June 30, 2010, 8-10 new agencies and/or individuals will demonstrate increased capacity to advocate for tobacco control policies. Required Proposal Components Description of Proposed Program Plan a. Identify roles and responsibilities, project goals and measurable outcomes. b. Identify geographic region to be addressed. c. Identify neighborhood groups and/or CBO s to be approached. d. Identify proposed curriculum. e. Describe how health inequities will be integrated into the advocacy projects. f. Identify tobacco policy and advocacy projects potentially addressed by participants. Identify how residents and agencies will participate in and/or lead tobacco policy projects g. Outline timelines for major activities. Provide documented evidence that the proposed activities will lead to the desired outcomes. h. Describe recruitment strategies. i. Identify names and descriptions of probable partners. j. Describe how project will lead advocacy activities at quarterly Alameda County Tobacco Control Coalition meetings. Organizational Capacity a. Describe experience and/or capacity working with the proposed population and in the proposed geographic location. b. Describe experience working on cessation and tobacco control issues, or similar experience that is transferable to tobacco control issues. c. Describe experience and/or capacity to document all fiscal records using appropriate methods that meet Local, State and Federal requirements. Page 12 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

14 Specifications, Terms & Conditions for Additional Contract Requirements Collaboration/ Coordination a. Participate in Policy Committee meetings on at least a quarterly basis. b. Collaborate with committee members to identify and develop methods for incorporating strategies for highrisk population groups to help reduce health inequities in Alameda County. Share and/or disseminate these strategies with other committees (Youth Committee, Cessation Committee, and Community Grant Committee) for use in their program activities. c. Provide at least monthly updates on tobacco advocacy opportunities at the local, state and federal level. Updates must reach at least 100 persons. Updates must be posted on Coalition website. Evaluation a. Utilize county developed surveys for pre and post test to measure changes in participating residents knowledge and behaviors. Submit copies of completed surveys to Alameda County Tobacco Control Program. b. Report progress electronically on a quarterly basis to Alameda County Tobacco Control Program. c. Submit electronically a year-end evaluation report annually which include any challenges, barriers and recommended solutions. Page 13 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

15 Specifications, Terms & Conditions for Module 5 Community Grants Award amounted up to $138,000 annually (Grants administration not to exceed $33,000 annually) Single Contract Only Background: ACPHD recognizes that community grants are most effective when focused on a specific subject or geographic area and attached to existing successful projects. ACPHD is seeking a non-profit agency to administer a county-wide community grant program to address health inequities in tobacco related diseases. Goal: Implement a county-wide community grants program that will foster effective tobacco prevention policy skills among residents and community-based agencies to address health inequities in tobacco related diseases. Outcome Objective: By June 30, 2010, a non-profit agency will implement a community grant program and the community grantee recipients will document changes in community capacity to address health inequities in tobacco-related health status. Required Proposal Components Description of Proposed Program Plan a. Identify roles and responsibilities of key staff, program goals and measurable outcomes. b. Describe how community grant process will address health inequities, environmental strategies and tobacco policies. c. Outline timelines for major activities. Provide documented evidence that the proposed activities will lead to the desired outcomes. d. Describe criteria of grant applicant eligibility. e. Describe criteria specifics around health inequities, environmental strategies and tobacco policies that grant proposals must meet. f. Describe how peer review process for grant applications will be developed and implemented. g. Describe recruitment process for peer reviewers familiar with the issues of health inequities and tobacco control. h. Describe outreach plan for announcing community grants i. Describe how community grants will serve high-risk communities especially East and West Oakland, the unincorporated areas and Hayward. j. Describe how process may include residents in the affected communities to build their capacity. Organizational Capacity a. Describe experience and/or capacity working with the proposed population and in the proposed geographic location. b. Describe experience working on cessation and tobacco control issues, or similar experience that is transferable to tobacco control issues. c. Describe capacity to negotiate, execute, and monitor community grants d. Describe experience and/or capacity to document all fiscal records using appropriate methods that meet Local, State and Federal requirements. Page 14 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

16 Specifications, Terms & Conditions for Additional Required Activities Contract Monitoring a. Award 6-8 contracts annually for $15,000 - $20,000 each to address health inequities and tobacco control policies. b. Monitor 6-8 Community grant contracts for completion of all negotiated deliverables. Evaluation a. Submit an electronic report on a quarterly basis which include challenges, barriers and recommend solutions. b. Utilize previously developed annual survey of grantees to identify successes and improvements. Page 15 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

17 Specifications, Terms & Conditions for Module 6 Training on Social Justice (Award Amount up to $25,000 annually) Single contract only Background: The ACPHD recognizes that categorical funding often encourages agencies to work on public health in a health issue specific approach. A social justice model identifies many of the health issues addressed by the various health specific approaches as stemming from the same root causes of social injustice and health inequities. The ACPHD is seeking a non-profit agency to provide training on social justice issues and models so that individuals and advocates interested in tobacco control can provide leadership in social justice campaigns that may cross multiple health issues in addition to tobacco use. Goal: Increase the skills of tobacco control coalition members and other interested persons in effectively addressing tobacco control issues through a social justice model. Objective: By June 30, 2010, at least 250 persons (including Coalition members, other interested persons, and/or policy makers) will have increased their understanding about social justice issues and their capacity to implement social change activities to reduce tobacco-related health inequities. Required Proposal Components Description of Proposed Program Plan a. Identify roles and responsibilities of key staff, project goals and measurable outcomes. b. Identify experience and/or certification of trainer(s). c. Identify curriculum to be used or developed which may include videos, written materials, and/or small group exercises. d. Describe how training will incorporate successful environmental strategies, youth leadership, and/or participatory research strategies. e. Describe how training will be divided into different modules as appropriate. f. Outline timelines for major activities. Provide documented evidence that the proposed activities will lead to the desired outcomes. g. Describe how training will be evaluated. h. Identify names and descriptions of probable partners. i. Describe how process can include residents in the affected communities to build capacity Organizational Capacity a. Describe experience and/or capacity working with the proposed population and in the proposed geographic location. b. Describe experience working on cessation and tobacco control issues, or similar experience that is transferable to tobacco control issues. c. Describe experience and/or capacity to document all fiscal records using appropriate methods that meet Local, State and Federal requirements. Page 16 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

18 Specifications, Terms & Conditions for Required Additional Activities Technical Assistance a. Provide trainings for MSA funded contractors on an as needed basis. Evaluation a. Utilize county developed surveys for pre and post test to measure changes in participating residents knowledge and behaviors. Submit copies of completed surveys to Alameda County Tobacco Control Program. b. Report progress electronically on a quarterly basis to Alameda County Tobacco Control Program. c. Submit electronically a year-end evaluation report annually which include any challenges, barriers and recommended solutions. Page 17 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

19 Specifications, Terms & Conditions for Module 7 Cessation Services Award Amount (Up to $50,000 annually) Single contract only Background: Cessation services are identified as a gap at the local level due to the limited funding for cessation services from the California Department of Public Health - Tobacco Control Section. Although cessation services have been of limited effectiveness due to the addictive nature of tobacco, provision of free and accessible services is a crucial component of the spectrum of prevention for addressing tobacco. Data from indicate that the majority of individuals receiving services lived in northern Alameda County. The ACPHD is seeking a non-profit agency to provide cessation services that will serve South and East Alameda County. The ACPHD will also consider proposals that attempt to address both the lack of services in South and East County as well as health inequities that lead to higher rates of tobacco-related diseases in low-income communities and populations of color. Goal: Increase culturally appropriate cessation services in Alameda County. Outcome Objective: By June 30, 2010, a minimum of 300 persons will decrease tobacco behavior after receiving cessation services at one or more sites in Alameda County. Required Proposal Components Description of Proposed Program Plan a. Identify roles and responsibilities, goals, and measurable outcomes b. Describe evaluation plan and evaluation measures to be used, what follow-up will be attempted with cessation participants, and plans to ensure a high response rate. c. Identify proposed curriculum. d. Include a Memorandum (a) of Understanding with appropriate agencies. e. Identify documented certifications of trainer(s). f. Describe process to address recruiting residents of South and East County which were underserved in the last three years. g. Outline timelines for major activities. Provide documented evidence that the proposed activities will lead to the desired outcomes. h. Identify names and descriptions of probable partners. i. Identify curriculum or curricula to be used, including documented evidence that the proposed materials will achieve the proposed outcomes. Organizational Capacity a. Describe experience and/or capacity working with the proposed population and in the proposed geographic location. b. Describe experience working on cessation and tobacco control issues, or similar experience that is transferable to tobacco control issues. c. Describe experience and/or capacity to document all fiscal records using appropriate methods that meet Local, State and Federal requirements. Page 18 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

20 Specifications, Terms & Conditions for Required Additional Activities Collaboration/ Coordination a. Attend Cessation Committee meetings on at least a quarterly basis. b. Coordinate with Cessation Committee to identify and develop methods for incorporating strategies for high-risk population groups to help reduce health disparities in Alameda County. Share and/or disseminate these strategies with other committees (Youth Committee, Policy Committee, Community Grant Committee) for use in their program activities. Evaluation a. Utilize county developed surveys for pre and post intervention. Submit copies of surveys to Tobacco Control Program b. Report quarterly progress electronically to Alameda County Tobacco Control Program. c. Submit electronically a year-end evaluation report annually which include any challenges, barriers and recommended solutions. Page 19 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

21 Specifications, Terms & Conditions for Module 8 Cessation Training Award amount (up to $60,000 annually) Single contract only Background: Medical providers are an important change agent in changing clients tobacco behaviors. Organizational change at the medical provider level can contribute to better success with cessation. Key components of organizational change are familiarizing providers with how to speak about tobacco cessation and assisting medical sites in developing and implementing protocols to universalize tobacco counseling. The ACPHD is seeking a non-profit agency with documented skills in cessation training to provide effective trainings to medical providers. Goal: Increase the number of clinics and providers offering effective cessation counseling. Outcome Objective: By June 30, 2010, a minimum of 600 clinicians and/or professional staff will become proficient in culturally appropriate/sensitive cessation protocols/practices. Required Proposal Components Description of Proposed Program Plan a. Identify roles and responsibilities, project goals and measurable outcomes. b. Outline timelines for major activities. Provide documented evidence that the proposed activities will lead to the desired outcomes. c. Describe how health inequities will be integrated into the curriculum. d. Identify names and descriptions of any probable partners. e. Describe outreach plan for announcing trainings to the community. f. Identify curriculum or curricula to be used, including documented evidence that the proposed materials will achieve the proposed outcomes. g. Describe documented certification of trainer(s) or how project will collaborate with certified trainers or obtain certification for proposed project staff. h. Describe evaluation plan and evaluation measures to be used, what follow-up will be attempted with cessation participants, and plans to ensure a high response rate. i. Describe how project will address recruitment of providers in South and East County which were underserved in the last three years. j. Describe how program will assist clinical staff in implementing Smoking as a Vital Sign or the 5 A s as an organizational protocol. Organizational Capacity a. Describe experience and/or capacity working with the proposed population and in the proposed geographic location. b. Describe experience working on cessation and tobacco control issues, or similar experience that is transferable to tobacco control issues. c. Describe experience and/or capacity to document all fiscal records using appropriate methods that meet Local, State and Federal requirements. Page 20 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

22 Specifications, Terms & Conditions for Required Additional Activities Collaboration/ Coordination a. Attend Cessation Committee meetings on at least a quarterly basis. b. Coordinate with the Cessation Committee to identify and develop methods for incorporating strategies for high-risk population groups to help reduce health disparities in Alameda County. Share and/or disseminate these strategies with other committees (Youth Committee, Policy Committee, Community Grant Committee) for use in their program activities. c. Provide technical assistance to recipients of Modules 7 and 9 as needed. Evaluation a. Utilize county developed surveys for pre and post intervention. Submit copies of surveys to Tobacco Control Program b. Report quarterly progress electronically to Alameda County Tobacco Control Program. c. Submit electronically a year-end evaluation report annually which include any challenges, barriers and recommended solutions. Page 21 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

23 Specifications, Terms & Conditions for Module 9 Tobacco Counseling and Cessation Award Amount (Up to $81,000 annually) Single contract only Background: ACPHD recognizes that young males are at higher risk of utilizing tobacco and becoming long-term tobacco users. Young males that live in low-income neighborhoods and communities of color that are targeted by the tobacco industry are at a higher risk. Camp Sweeney is a residential center for up to 80 young males in the juvenile justice system. The majority of these youth reside in low-income neighborhoods and communities of color which has a high rate of tobacco use. The ACPHD is seeking a non-profit agency to provide culturally competent tobacco prevention and youth development programs to the youth at Camp Sweeney. Goal: Create a tobacco free environment for high risk youth at Camp Sweeney. Outcome Objective 1: By June 30, 2010, at least 160 youth attending Camp Sweeney will report a decrease in their tobacco use. Outcome Objective 2: By June 30, 2010, at least 160 youth attending Camp Sweeney will report an increased self-esteem and sense of cultural belonging associated with their decreased tobacco use. Description of Proposed Program Plan a. Identify roles, responsibilities and project goals and measurable outcomes. b. Describe documented certification of trainer(s) or how project will collaborate with certified trainers or obtain certification for proposed project staff. c. Describe how project will coordinate with agencies/organizations that provide services at Camp Sweeney. d. Identify cultural educational materials and approaches that will be used in the program. e. Describe how program will provide cessation counseling to 100% of Camp Sweeny youth requesting cessation counseling. f. Describe how cessation counseling groups will be structured. g. Outline timelines for major activities. Provide documented evidence that the proposed activities will lead to the desired outcomes. h. Identify names and descriptions of probable partners as appropriate. i. Identify curricula and/or youth leadership development models to be used. j. Describe evaluation plan and evaluation measures to be used, what follow-up will be attempted with cessation participants, and plans to ensure a high response rate. Organizational Capacity a. Describe experience and/or capacity working with the proposed population and in the proposed geographic location. b. Describe experience working on cessation and tobacco control issues, or similar experience that is transferable to tobacco control issues. c. Describe experience and/or capacity to document all fiscal records using appropriate methods that meet local, State and Federal requirements. Page 22 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

24 Specifications, Terms & Conditions for Additional Contract Requirements Collaboration/Coordination a. Attend and provide updates at Cessation Committee meetings on at least a quarterly basis. b. Coordinate with the Cessation Committee to identify and develop methods for incorporating strategies for high-risk population groups to help reduce health disparities in Alameda County. Share and/or disseminate these strategies with other committees (Youth Committee, Policy Committee, Community Grant Committee) for use in their program activities. Evaluation a. Submit electronically a year-end evaluation report annually which include any challenges, barriers and recommended solutions. b. Track number and demographics of persons educated about tobacco and secondhand smoke. c. Track number and demographics of persons that received cessation services and follow-up to track outcomes. d. Track youths satisfaction with trainings. e. Utilize existing pre- and post- forms and submit to the Alameda County Tobacco Control Program. Page 23 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

25 Specifications, Terms & Conditions for F DELIVERABLES/REPORTS 1. Deliverables are individual to each module. Please frame your proposed deliverables based on the description stated in each Module No. 1 through No. 9 on pages 7 through 23. Deliverables should be included in the description of the proposed services. G DEBARMENT/SUSPENSION POLICY: In order to prohibit the procurement of any goods or services ultimately funded by Federal awards from debarred, suspended or otherwise excluded parties, each bidder will be screened at the time of RFP response to ensure bidder, its principal and their named subcontractors are not debarred, suspended or otherwise excluded by the United States Government in compliance with the requirements of 7 Code of Federal Regulations (CFR) , 28 CFR 66.35, 29 CFR 97.35, 34 CFR 80.35, 45 CFR and Executive Order The County will verify bidder, its principal and their named subcontractors are not on the Federal debarred, suspended or otherwise excluded list of vendors located at and Bidders are to complete a Debarment and Suspension Certification form, Exhibit N attached, certifying bidder, its principal and their named subcontractors are not debarred, suspended or otherwise excluded by the United States Government. III. INSTRUCTIONS TO BIDDERS H COUNTY CONTACTS GSA-Purchasing is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA- Purchasing Department only. The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded. Bidders shall not contact or lobby evaluators during the evaluation process. Attempts by Bidder to contact evaluators may result in disqualification of bidder. All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via by April 29, 2008 to: Nancy Bishop, Contracts Specialist II Alameda County, GSA-Purchasing 1401 Lakeside Drive, Suite 907 Oakland, CA nancy.bishop@acgov.org FAX: Page 24 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

26 Specifications, Terms & Conditions for The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to to view current contracting opportunities. I CALENDAR OF EVENTS Event Date/Location Request Issued April 18, 2008 Written Questions Due BY 12:00 noon on April 28, 2008 Networking/Bidders Conference MAY 5, 2008 AT 10:00AM AT: General Services Agency 1401 Lakeside Drive, Conference Rm. 201, Networking/Bidders Conference MAY 6, 2008 AT 2:00PM Oakland, CA AT: Public Works Agency 4825 Gleason Drive Dublin, CA Addendum Issued May 12, 2008 Response Due MAY 27, 2008 BY 2:00 p.m. Evaluation Period MAY 28- JUNE 19, Board Letter Issued JUNE 20, 2008 Board Award Date JULY 8, 2008 Contract Start Date JULY 14, 2008 Note: Award and start dates are approximate. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and the site condition. By the submission of a Bid, the Bidder certifies that if awarded a contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications. J NETWORKING/BIDDERS CONFERENCE A networking/bidders conference(s) will be held to: Provide an opportunity for small and local and emerging businesses (SLEBs) and large firms to network and develop subcontracting relationships in order to participate in the contract(s) that may result from this RFP. Provide an opportunity for bidders to ask specific questions about the project and request RFP clarification. Provide the County with an opportunity to receive feedback regarding the project and RFP. Written questions submitted prior to the networking/bidders conference(s), in accordance with the Calendar of Events, and verbal questions received at the networking/bidders Page 25 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

27 Specifications, Terms & Conditions for conference(s), will be addressed whenever possible at the networking/bidders conference(s). All questions will be addressed and the list of attendees will be included in an RFP Addendum following the networking/bidders conference(s) in accordance with the Calendar of Events. Potential bidders are strongly encouraged, but not required, to attend a networking/bidders conference in order to further facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List (see Exhibit L). Failure to participate in a networking/bidders conference will in no way relieve the Contractor from furnishing goods and/or services required in accordance with these specifications, terms and conditions. Attendance at a networking/bidders conference is strongly encouraged and recommended but is not mandatory Networking/bidders conference(s) will be held on: May 5, 2008 at 10:00a.m. MAY 6, 2008 AT 2:00PM At At General Services Agency Public Works Agency Conference Room No Gleason Drive 1401 Lakeside Drive Dublin, CA Oakland, CA Additional Information: Please allow enough time for parking at metered street parking or public parking lot and entry into secure building. Additional Information: Please allow enough time for parking. Free parking available at on-site parking lot. K SUBMITTAL OF BIDS 1. All bids must be SEALED and must be received at the Office of the Purchasing Agent of Alameda County BY 2:00 p.m. on the due date specified in the Calendar of Events. NOTE: LATE AND/OR UNSEALED BIDS CANNOT BE ACCEPTED. IF HAND DELIVERING BIDS PLEASE ALLOW TIME FOR METERED STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO SECURE BUILDING. Bids will be received only at the address shown below, and by the time indicated in the Calendar of Events. Any bid received after said time and/or date or at a place other than the stated address cannot be considered and will be returned to the bidder unopened. Page 26 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

28 Specifications, Terms & Conditions for All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address prior to the time designated. The Purchasing Department's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of bids. 1. Bids are to be addressed and delivered as follows: MSA Tobacco Control Community Contracts RFP No Alameda County, GSA-Purchasing 1401 Lakeside Drive, Suite 907 Oakland, CA Bidders are to submit for each module bid an original plus five (5) copies of their proposal and one (1) Electronic copy (in word format on a CD) and enclosed for the sealed bid. Original proposal is to be clearly marked and is to be either loose leaf or in a 3-ring binder, not bound. 3. Bidder's name and return address must also appear on the mailing package. 4. No telegraphic, (electronic) or facsimile bids will be considered. 5. Bidder agrees and acknowledges all RFP specifications, terms and conditions and indicates ability to perform by submission of its bid. 6. Submitted bids shall be valid for a minimum period of 180 days. 7. All costs required for the preparation and submission of a bid shall be borne by Bidder. 8. Only one (1) bid response per module will be accepted from any one person, partnership, corporation, or other entity; however, several alternatives may be included in one (1) response. For purposes of this requirement, partnership shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state s Corporations Code or an equivalent statute. 9. Proprietary or Confidential Information: No part of any bid response is to be marked as confidential or proprietary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFP/RFQ may be subject to public disclosure. County shall not be liable in any way for disclosure of any such records. Additionally, all bid responses shall become the property of County. County reserves the right to make use of any information or ideas contained in submitted bid responses. This provision is not intended to require the disclosure of records that are exempt from disclosure under the California Public Records Act (Government Code Section 6250, et Page 27 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

29 Specifications, Terms & Conditions for seq.) or of trade secrets protected by the Uniform Trade Secrets Act (Civil Code Section 3426, et seq.) 10. All other information regarding the bid responses will be held as confidential until such time as the County Selection Committee has completed their evaluation and, or if, an award has been made. Bidders will receive mailed award/non-award notification(s), which will include the name of the bidder to be awarded this project. In addition, award information will be posted on the County s Contracting Opportunities website, mentioned above. 11. Each bid received, with the name of the bidder, shall be entered on a record, and each record with the successful bid indicated thereon shall, after the award of the order or contract, be open to public inspection. L RESPONSE FORMAT 1. Bid responses are to be straightforward, clear, concise and specific to the information requested. 1. In order for bids to be considered complete, Bidder must provide all information requested. See Exhibit M, Response Content and Submittals, Completeness Checklist. 2. Exhibit B, Bid Form must be completed and attached to each Module bid. M EVALUATION CRITERIA/SELECTION COMMITTEE All proposals will be evaluated by a County Selection Committee (CSC). The County Selection Committee may be composed of County staff and other parties that may have expertise or experience in Tobacco Control. The CSC will select a contractor(s) in accordance with the evaluation criteria set forth in this RFP. The evaluation of the proposals shall be within the sole judgment and discretion of the CSC. All contact during the evaluation phase shall be through the GSA-Purchasing Department only. Bidders shall neither contact nor lobby evaluators during the evaluation process. Attempts by Bidder to contact and/or influence members of the CSC may result in disqualification of Bidder. The CSC will evaluate each proposal meeting the qualification requirements set forth in this RFP. Bidders should bear in mind that any proposal that is unrealistic in terms of the technical or schedule commitments, or unrealistically high or low in cost, will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of the County s requirements as set forth in this RFP. Bidders are advised that in the evaluation of cost it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension. Page 28 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

30 Specifications, Terms & Conditions for As a result of this RFP, the County intends to award a contract to the responsible bidder(s) whose response conforms to the RFP and whose bid presents the greatest value to the County, all evaluation criteria considered. The combined weight of the evaluation criteria is greater in importance than cost in determining the greatest value to the County. The goal is to award a contract to the bidder(s) that proposes the County the best quality as determined by the combined weight of the evaluation criteria. The County may award a contract of higher qualitative competence over the lowest priced response. The basic information that each section should contain is specified below, these specifications should be considered as minimum requirements. Much of the material needed to present a comprehensive proposal can be placed into one of the sections listed. However, other criteria may be added to further support the evaluation process whenever such additional criteria are deemed appropriate in considering the nature of the goods and/or services being solicited. Each of the following Evaluation Criteria below will be used in ranking and determining the quality of bidders proposals. Proposals will be evaluated according to each Evaluation Criteria, and scored on a five-point scale. The scores for all the Evaluation Criteria will then be added according to their assigned weight (below) to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project is five hundred fifty (550) points including local and small and local or emerging and local preference points. The zero to five-point scale range is defined as follows: Non-responsive, fails to meet RFP specification. The approach has 0 Not Acceptable no probability of success. If a mandatory requirement this score will result in disqualification of proposal. 1 Poor Below average, falls short of expectations, is substandard to that which is the average or expected norm, has a low probability of success in achieving objectives per RFP. 2 Fair Has a reasonable probability of success, however, some objectives may not be met. 3 Average Acceptable, achieves all objectives in a reasonable fashion per RFP specification. This will be the baseline score for each item with adjustments based on interpretation of proposal by Evaluation Committee members. 4 5 Above Average/Good Excellent/Excep tional Very good probability of success, better than that which is average or expected as the norm. Achieves all objectives per RFP requirements and expectations. Exceeds expectations, very innovative, clearly superior to that which is average or expected as the norm. Excellent probability of success and in achieving all objectives and meeting RFP specification. Page 29 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

31 Specifications, Terms & Conditions for The Evaluation Criteria and their respective weights are as follows: Evaluation Criteria for all Modules Weight A. Completeness of Response: Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent Addenda and do not address each of the items listed below will be considered incomplete, be rated a Fail in the Evaluation Criteria and will receive no further consideration. Responses that are rated a Fail and are not considered may be picked up at the delivery location within 14 calendar days of contract award and/or the completion of the competitive process. Pass/Fail B. Financial Stability (See RFP Exhibit M, Section F ) Pass/ Fail C. Debarment and Suspension: Bidders, its principal and named subcontractors are not identified on the list of Federally debarred, suspended or other excluded parties located at D. Cost: Budget and Budget Justification (maximum 3 pages): Each bid will be evaluated for the overall cost-effectiveness (i.e. cost of staff time and materials to reach the stated outcomes). An evaluation may be assessed based on reasonableness and practicality. Does the proposed budget accurately reflect the bidder s effort to meet requirements and objectives? Is the proposed budget appropriate to the nature of the products and services to be provided? Pass/Fail 15 Points E. Relevant Experience (maximum 2 pages): Proposals will be evaluated on the basis of relevant experience determined by review of prior work experience. Does the applicant have previous experience working with low-income, ethnic community groups? Does the applicant have previous experience working in public health and tobacco prevention? Page 30 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

32 Specifications, Terms & Conditions for Does the applicant have appropriate credentials, experience, skill level, and diversity of the proposed key personnel? Does the applicant have previous experience in conducting public health projects in urban centers similar to Alameda County? Does the applicant discuss the composition and structure of the team? Does the applicant discuss the capacity to effectively work with diverse, low-income community groups and County staff? 15 Points F. Letter of Transmittal: (maximum 3 pages) A comparison will be made of the proposed services with the RFP. Credit will be given for convenience, responsiveness, and overall quality of the proposal. Does the letter provide a brief synopsis of the highlights of the proposal and overall benefits of the proposal to the County? Does the letter demonstrate an understanding of the issue(s) that will be examined? Does the letter provide an overview of the evaluation and analysis methods used? Does the letter provide an overview of a clear method of approach? 15 Points G. Understanding of the Project: Contractor s ability to perform will be evaluated on the basis of their proposal, including but not limited to the following: Is the applicant knowledgeable of the content of the work and required tasks? Is the applicant knowledgeable of best practices for the proposed activities? Is the applicant aware of the difficulties, uncertainties, and risks associated with the work and knowledge of the staff qualifications necessary to the performance of the work? Does the proposal identify potential problems? If so, were alternatives discussed for resolving them? Does the applicant demonstrate capacity to work effectively and efficiently? 15 Points Page 31 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

33 Specifications, Terms & Conditions for Does the applicant demonstrate adequate capability to implement the project? H. Description of the Proposed Program Plan and Timelines (maximum 10 pages): An evaluation will be made of the probability of success and risks associated with the proposal response as well as the proposed timelines. Is the proposal clear and concise with all of the required components? Does the proposal discuss its expectations to address tobacco related health inequities in Alameda County? 35 Points Are the proposed timelines realistic? Are meeting the proposed timelines likely to result in achieving the proposed objective? I. References (See RFP EXHIBITS D-1 & D-2) 5 Points Local Preference Small and Local or Emerging and Local Preference Five Percent (5%) Five Percent (5%) N NOTICE OF AWARD 1. At the conclusion of the RFP response evaluation process ( Evaluation Process ), all bidders will be notified in writing by certified mail, return receipt requested, of the contract award recommendation, if any, of GSA Purchasing. The document providing this notification is the Notice of Award. The Notice of Award will provide the following information: The name of the bidder being recommended for contract award; The names of all other bidders; and, In summary form [Bid numbers, evaluation points for each bidder 2. Debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the unsuccessful offeror s bid with the Buyer. Page 32 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

34 Specifications, Terms & Conditions for a. Under no circumstances will any discussion be conducted with regard to contract negotiations with the successful bidder. b. Debriefing may include review of successful bidder s proposal. O BID PROTEST / APPEALS PROCESS GSA-Purchasing prides itself on the establishment of fair and competitive contracting procedures and the commitment made to following those procedures. The following is provided in the event that bidders wish to protest the bid process or appeal the recommendation to award a contract for this project. 1. Any bid protest must be submitted in writing to the Assistant Director of GSA, 1401 Lakeside Drive, Suite 907, Oakland, CA The bid protest must be submitted before 5:00 p.m. of the tenth (10 th ) business day following the date of the Notice of Award. a. The bid protest must contain a complete statement of the basis for the protest. b. The protest must include the name, address and telephone number of the person representing the protesting party. c. The party filing the protest must concurrently transmit a copy of the protest and any attached documentation to all other parties with a direct financial interest which may be adversely affected by the outcome of the protest. At a minimum, those parties listed in the Notices of Award/Non-Award shall be notified of such protest and the specific grounds therefore. d. The procedure and time limits are mandatory and are the Bidder s sole and exclusive remedy in the event of Bid Protest. 2. Bidder s failure to comply with these procedures shall constitute a waiver of any right to further pursue the Bid Protest, including filing a Government Code claim or legal proceedings. 3. Upon receipt of written protest/appeal Assistant Director, GSA will review and provide an opportunity to settle the protest/appeal by mutual agreement, will schedule a meeting to discuss or issue a written response to advise an appeal/protest decision within five (5) working days of review date. a. Responses will be issued and/or discussed at least five (5) days prior to Board hearing date. b. Responses will inform the bidder whether or not the recommendation to the Board is going to change. Page 33 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

35 Specifications, Terms & Conditions for 4. The decision of the Assistant Director, GSA may be appealed to the Director, GSA. All appeals to the Director, GSA shall be in writing and submitted within five (5) calendar days of notification of decision by the Assistant Director, GSA-Purchasing. 5. The decision of the Director, GSA is the final step of the appeal process. IV. TERMS AND CONDITIONS P TERM / TERMINATION / RENEWAL 1. The term of the contract, which may be awarded pursuant to this RFP, will be two (2) years. 2. By mutual agreement, any contract which may be awarded pursuant to this RFP may be extended for two additional one year terms at agreed prices with all other terms and conditions remaining the same. Q QUANTITIES Quantities listed herein are estimated based on usage and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied. R PRICING; 1. All pricing as quoted will remain firm for the term of any contract that may be awarded as a result of this RFP. 2. All prices are to be F.O.B. destination. Any freight/delivery charges are to be included. 3. Any price increases or decreases for subsequent contract terms may be negotiated between Contractor and County only after completion of the initial term. 4. The price(s) quoted shall be the total cost the County will pay for this project including taxes and all other charges. 5. All prices quoted shall be in United States dollars and "whole cent," no cent fractions shall be used. There are no exceptions. 6. Federal and State minimum wage laws apply. The County has no requirements for living wages. The County is not imposing any additional requirements regarding wages. Page 34 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

36 Specifications, Terms & Conditions for 7. Prevailing Wages: Pursuant to Labor Code Sections 1770 et seq., Contractor shall pay to persons performing labor in and about Work provided for in Contract not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work in said locality, which per diem wages shall not be less than the stipulated rates contained in a schedule thereof which has been ascertained and determined by the Director of the State Department of Industrial Relations to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this contract. S AWARD 1. Proposals will be evaluated by a committee and will be ranked in accordance with the RFP section entitled Evaluation Criteria/Selection Committee. 2. The committee will recommend award to the bidder who, in its opinion, has submitted the proposal that best serves the overall interests of the County and attains the highest overall point score. Award may not necessarily be made to the bidder with the lowest price. 3. The County reserves the right to reject any or all responses that materially differ from any terms contained herein or from any Exhibits attached hereto and to waive informalities and minor irregularities in responses received. 4. The County reserves the right to award to a single or multiple contractors. 5. The County has the right to decline to award this contract or any part thereof for any reason. 6. Board approval to award a contract is required. 7. Contractor shall sign an acceptance of award letter prior to Board approval. A contract must be signed following Board approval. 8. The RFP specifications, terms, conditions and Exhibits, RFP Addenda and Bidder s proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFP. T METHOD OF ORDERING 1. A written PO and signed contract will be issued upon Board approval. 2. POs and contract will be faxed, transmitted electronically or mailed and shall be the only authorization for the Contractor to place an order. Page 35 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

37 Specifications, Terms & Conditions for 3. POs and payments for services will be issued only in the name of Contractor. U INVOICING 1. Contractor shall invoice the requesting department, unless otherwise advised, upon satisfactory receipt of product and/or performance of services. 2. Payment will be made within thirty (30) days following receipt of invoice and upon complete satisfactory receipt of product and performance of services. 3. County shall notify Contractor of any adjustments required to invoice. 4. Invoices shall contain County PO number, invoice number, remit to address and itemized products and/or services description and price as quoted and shall be accompanied by acceptable proof of delivery. 5. Contractor shall utilize standardized invoice upon request. 6. Invoices shall only be issued by the Contractor who is awarded a contract. 7. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the POs. 8. The County will pay Contractor monthly or as agreed upon, not to exceed the total lump sum price quoted in the bid response. V COUNTY PROVISIONS 1. Preference for Local Products and Vendors: A five percent (5%) preference shall be granted to Alameda County products or Alameda County vendors on all sealed bids on contracts except with respect to those contracts which state law requires be granted to the lowest responsible bidder. An Alameda County vendor is a firm or dealer with fixed offices and having a street address within the County for at least six (6) months prior to the issue date of this RFP; and which holds a valid business license issued by the County or a city within the County. Alameda County products are those which are grown, mined, fabricated, manufactured, processed or produced within the County. Locality must be maintained for the term of the contract. Evidence of locality shall be provided immediately upon request and at any time during the term of any contract that may be awarded to Contractor pursuant to this RFP. 2. Small and Emerging Locally Owned Business: A small business for purposes of this RFP is defined by the United States Small Business Administration as having no more than Six Million Five-Hundred Thousand dollars ($6,500,000.00) in average annual gross receipts over the last three (3) years. An emerging business, as defined by the County is one having annual gross Page 36 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

38 Specifications, Terms & Conditions for receipts of less than one-half (1/2) of the above amount over the same period of time. In order to participate herein, the small or emerging business must also satisfy the locality requirements and be certified by the County as a Small or Emerging, local business. A certification application package (consisting of Instructions, Application and Affidavit) has been attached hereto as Exhibit E and must be completed and returned by a qualifying contractor. A locally owned business, for purposes of satisfying the locality requirements of this provision, is a firm or dealer with fixed offices and having a street address within the County for at least six (6) months prior to the issue date of this RFP; and which holds a valid business license issued by the County or a city within the County. The County is vitally interested in promoting the growth of small and emerging local businesses by means of increasing the participation of these businesses in the County s purchase of goods and services. As a result of the County s commitment to advance the economic opportunities of these businesses the following provisions shall apply to this RFP: a. If Bidder is certified by the County as either a small and local or an emerging and local business, the County will provide a five percent (5%) bid preference, in addition to that set forth in paragraph 1., above, for a total bid preference of ten percent (10%). However, a bid preference cannot override a State law, which requires the granting of an award to the lowest responsible bidder. b. Bidders not meeting the small or emerging local business requirements set forth above do not qualify for a bid preference and must subcontract with one or more County certified small and/or emerging local businesses for at least twenty percent (20%) of Bidder s total bid amount in order to be considered for the contract award. Bidder, in its bid response, must submit written documentation evidencing a firm contractual commitment to meeting this minimum local participation requirement. Participation of a small and/or emerging local business must be maintained for the term of any contract resulting from this RFP. Evidence of participation shall be provided immediately upon request at any time during the term of such contract. Contractor shall provide quarterly participation reports during the term of said contract and a final account statement at the end of the contract to the County Business Outreach Officer. The County reserves the right to waive these small/emerging local business participation requirements in this RFP, if the additional estimated cost to the County, which may result from inclusion of these requirements, exceeds five percent (5%) of the total estimated contract amount or Ten Thousand Dollars ($10,000), whichever is less. Page 37 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

39 Specifications, Terms & Conditions for The following entities are exempt from the Small and Emerging Local Business (SLEB) requirements as described above and are not required to subcontract with a SLEB. If you apply and are certified as a SLEB, you will receive a 5% SLEB bid preference: non-profit community based organizations (CBO); non-profit churches or non-profit religious organizations (NPO); public schools; and universities; and government agencies Non-profits must provide proof of their tax exempt status. These are defined as organizations that are certified by the U.S. Internal Revenue Service as 501(c) 3. If additional information is needed regarding this requirement, please contact Linda Moore, Business Outreach Officer, Alameda County General Services Agency, at or via at linda.moore@acgov.org. 3. First Source Program: The First Source Program has been developed to create a public/private partnership that links CalWORKs job seekers, unemployed and under employed County residents to sustainable employment through the County s relationships/connections with business, including contracts that have been awarded through the competitive process, and economic development activity in the County. Welfare reform policies and the new Workforce Investment Act requires that the County do a better job of connecting historically disconnected potential workers to employers. The First Source program will allow the County to create and sustain these connections. Vendors awarded contracts for goods and services in excess of One Hundred Thousand Dollars ($100,000) as a result of any subsequently issued RFP are to allow Alameda County ten (10) working days to refer potential candidates to vendor to be considered by Vendor to fill any new or vacant positions that are necessary to fulfill their contractual obligations to the County, that Vendor has available during the life of the contract before advertising to the general public. Potential candidates referred by County to Vendor will be pre-screened, qualified applicants based on vendor specifications. Vendor agrees to use its best efforts to fill its employment vacancies with candidates referred by County, but the final decision of whether or not to offer employment, and the terms and conditions thereof, rest solely within the discretion of the Vendor. Bidders are required to complete, sign and submit in their bid response, the First Source Agreement that has been attached hereto as Exhibit H, whereby they agree to notify the First Source Program of job openings prior to advertising elsewhere (ten day window) in the event that they are awarded a contract as a Page 38 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

40 Specifications, Terms & Conditions for result of this RFP. Exhibit H will be completed and signed by County upon contract award and made a part of the final contract document. If compliance with the First Source Program will interfere with Contractor s pre-existing labor agreements, recruiting practices, or will otherwise obstruct the Contractor s ability to carry out the terms of the contract, the Contractor will provide to the County a written justification of non-compliance. If additional information is needed regarding this requirement, please contact Linda Moore, Business Outreach Officer, Alameda County General Services Agency, at or via at linda.moore@acgov.org. 4. Administrative Responsibilities: Consistent with Title 22, California Administrative Code, Section 70713, County retains professional and administrative responsibility for services rendered under any contract which may arise pursuant to this RFP. County's retention of these responsibilities shall not alter or modify, in any way the hold harmless, indemnification, insurance or independent contractor provisions set forth herein. W ONLINE CONTRACT COMPLIANCE SYSTEM As part of the Alameda County General Services Agency s commitment to assist contractors to conveniently comply with legal and contractual requirements, the County has established an online Contract Compliance System. The system was designed to help reduce contractors administrative costs and to provide various workflow automation features that improve the project reporting process. Effective July 1, 2007, the Alameda County Contract Compliance System will be implemented to monitor contract compliance for County contracts through the use of a new interactive website, Elation Systems. The prime contractor and all participating subcontractors awarded contracts as of July 1, 2007, as a result of this bid process for this project, are required to use the secure web-based system to submit SLEB Program information including, but not limited to, monthly progress payment reports and other information related to SLEB participation. The Alameda County Contract Compliance System has been designed to provide online functionality that streamlines the process, reduces paperwork and assists contractors and subcontractors in complying with the County s SLEB Program and its reporting requirements. Utilizing the Alameda County Contract Compliance System will reduce the amount of time currently required to submit hard copy documentation regarding contract compliance information and is provided for use by County contractors and subcontractors at no cost. Procedural differences between the previous conventional reporting and the new webbased system include: Page 39 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

41 Specifications, Terms & Conditions for Monthly progress payment status reports will be submitted via the web-based system. Paper copies will no longer be required. Contractor will be required to enter data for payments made and subcontractors will be required to enter data for payments received into the web-based system. Alameda County Contract Compliance System training and ongoing support are provided at no charge to contractors and participating sub-contractors awarded a contract as a result of this bid process for this project. Contractors having contracts with the County which have a start date on or after July 1, 2007 should schedule a representative from their office/company, along with each of their subcontractors, to attend training. Training sessions are approximately one hour and will be held periodically in a number of locations throughout Alameda County. Upon award of contract, please view the training schedule or call Elation Systems at A special access code will be provided to contractors and subcontractors participating in any contract awarded as a result of this bid process to allow use of the System free of charge. It is the Contractor s responsibility to ensure that they and their subcontractors are registered and trained as required to utilize the Alameda County Contract Compliance System. Please contact Susan Wewetzer, Contract Compliance Officer at if you have any other questions regarding utilization of the Alameda County Contract Compliance System. X COMPLIANCE INFORMATION AND RECORDS As needed and upon request, for the purposes of determining compliance with the SLEB Program, the Contractor shall provide the County with access to all records and documents that relate to SLEB participation and/or certification. Proprietary information will be safeguarded. All subcontractor submittals must be through the prime contractor. Y ACCOUNT MANAGER/SUPPORT STAFF 1. Contractor shall provide a dedicated competent account manager who shall be responsible for the County account/contract. The account manager shall receive all orders from the County and shall be the primary contact for all issues regarding Bidder s response to this RFP and any contract which may arise pursuant to this RFP. 2. Contractor shall also provide adequate, competent support staff that shall be able to service the County during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, products offered and able to identify and resolve quickly any issues including but not limited to order and invoicing problems. Page 40 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

42 Specifications, Terms & Conditions for 3. Contractor account manager shall be familiar with County requirements and standards and work with Public Health Agency to ensure that established standards are adhered to. Z GENERAL REQUIREMENTS 1. Proper conduct is expected of Contractor s personnel when on County premises. This includes adhering to no-smoking ordinances, the drug-free work place policy, not using alcoholic beverages and treating employees courteously. 2. County has the right to request removal of any Contractor employee or subcontractor who does not properly conduct himself/herself/itself or perform quality work. 3. Contractor personnel shall be easily identifiable as non-county employees (i.e. work uniforms, badges, etc.). Page 41 of 83 I:\PURCHASING\Contracting Opportunities\Purchasing\Tobacco Control 08\MSA Tobacco Control 08.doc

43 COUNTY ALAMEDA EXHIBIT A BID ACKNOWLEDGEMENT OF RFP No For Tobacco Control Community Contracts The County of Alameda is soliciting bids from qualified vendors to furnish its requirements per the specifications, terms and conditions contained in the above referenced RFP number. This Bid Acknowledgement must be completed, signed by a responsible officer or employee, dated and submitted with the bid response. Obligations assumed by such signature must be fulfilled. 1. Preparation of bids: (a) All prices and notations must be printed in ink or typewritten. No erasures permitted. Errors may be crossed out and corrections printed in ink or typewritten adjacent and must be initialed in ink by person signing bid. (b) Quote price as specified in RFP. No alterations or changes or any kind shall be permitted to Exhibit B, Bid Form. Responses that do not comply shall be subject to rejection in total. 2. Failure to bid: If you are not submitting a bid but want to remain on the mailing list and receive future bids, complete, sign and return this Bid Acknowledgement and state the reason you are not bidding. 3. Taxes and freight charges: (a) Unless otherwise required and specified in the RFP, the prices quoted herein do not include Sales, Use or other taxes. (b) No charge for delivery, drayage, express, parcel post packing, cartage, insurance, license fees, permits, costs of bonds, or for any other purpose, except taxes legally payable by County, will be paid by the County unless expressly included and itemized in the bid. (c) Amount paid for transportation of property to the County of Alameda is exempt from Federal Transportation Tax. An exemption certificate is not required where the shipping papers show the consignee as Alameda County, as such papers may be accepted by the carrier as proof of the exempt character of the shipment. (d) Articles sold to the County of Alameda are exempt from certain Federal excise taxes. The County will furnish an exemption certificate. 4. Award: (a) Unless otherwise specified by the bidder or the RFP gives notice of an all-or-none award, the County may accept any item or group of items of any bid. (b) Bids are subject to acceptance at any time within thirty (30) days of opening, unless otherwise specified in the RFP. (c) A valid, written purchase order mailed, or otherwise furnished, to the successful bidder within the time for acceptance specified results in a binding contract without further action by either party. The contract shall be interpreted, construed and given effect in all respects according to the laws of the State of California. 5. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order. 6. Samples: Samples of items, when required, shall be furnished free of expense to the County and if not destroyed by test may upon request (made when the sample is furnished), be returned at the bidder s expense. 7. Rights and remedies of County for default: (a) In the event any item furnished by vendor in the performance of the contract or purchase order should fail to conform to the specifications therefore or to the sample submitted by vendor with its bid, the County may reject the same, and it shall thereupon become the duty of vendor to reclaim and remove the same forthwith, without expense to the County, and immediately to replace all such rejected items with others conforming to such specifications or samples; provided that should vendor fail, neglect or refuse so to do the County shall thereupon have the right purchase in the open market, in lieu thereof, a corresponding quantity of any such items and to deduct from any moneys due or that may there after come due to vendor the difference between the prices named in the contract or purchase order and the actual cost thereof to the County. In the event that vendor fails to make prompt delivery as specified for any item, the same conditions as to the rights of the County to purchase in the open market and to reimbursement set forth above shall apply, except when delivery is delayed by fire, strike, freight embargo, or Act of God or the government. (b)cost of inspection or deliveries or offers for delivery, which do not meet specifications, will be borne by the vendor. (c) The rights and remedies of the County provided above shall not be exclusive and are in addition to any other rights and remedies provided by law or under the contract. 8. Discounts: (a) Terms of less than ten (10) days for cash discount will considered as net. (b) In connection with any discount offered, time will be computed from date of complete, satisfactory delivery of the supplies, equipment or services specified in the RFP, or from date correct invoices are received by the County at the billing address specified, if the latter date is later than the date of delivery. Payment is deemed to be made, for the purpose of earning the discount, on the date of mailing the County warrant check. 9. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 10. No guarantee or warranty: the County of Alameda makes any guarantee or warranty as to the condition, completeness or safety of any material or equipment that may be traded in on this order. THE undersigned acknowledges receipt of above referenced RFP and/or Addenda and offers and agrees to furnish the articles and/or services specified on behalf of the vendor indicated below, in accordance with the specifications, terms and conditions of this RFP and Bid Acknowledgement. Firm: Address: State/Zip What advertising source(s) made you aware of this RFP? By: Date Phone Printed Name Signed Above: Title: 12/17/04

44 EXHIBIT B COUNTY OF ALAMEDA RFP No for MSA Tobacco Control and Community Contracts BID FORM Cost shall be submitted on Exhibit B as is. No alterations or changes of any kind are permitted. Bid responses that do not comply will be subject to rejection in total. The cost quoted below shall include all taxes and all other charges and is the cost the County will pay, not to exceed the grand total lump sum cost, for the three (3) year term of any contract that is a result of this bid. Important Note: If you are bidding on more than one (1) module, you must complete a separate Bid Form B for each module proposal submitted. Failure to complete a separate form for each module bid may result in your proposal failing and receiving no additional consideration. 1. Agency Name: 2. Circle applicable Module number (circle only one and submit a separate Exhibit B for each proposal): No. 1 and 2 No. 3 No. 4 No. 5 No. 6 No. 7 No. 8 No Module Title: 4. Amount bid for services for this module (in dollars): 5. Is agency willing to accept a partial award? Check only one: [ ] Yes, or No [ ] 6. Address: City: Zip: 7. Phone Number: ( ) Fax: ( ) 8. Address: 9. Is Agency a non-profit Community Based Organization? Check only one: [ ] Yes, or No [ ] If yes, you must provide proof of your tax status with each proposal as stated in "U COUNTY PROVISIONS No. 2 on page 37. Bidder agrees that the price(s) quoted are the maximum they will charge during the term of any contract awarded. FIRM: SIGNATURE: DATE: PRINTED NAME: TITLE: Page 3 of 3 12/17/04

45 EXHIBIT C COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements: TYPE OF INSURANCE COVERAGES MINIMUM LIMITS A B C Commercial General Liability Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability Commercial or Business Automobile Liability All owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities Workers Compensation (WC) and Employers Liability (EL) Required for all contractors with employees $1,000,000 per occurrence (CSL) Bodily Injury and Property Damage $1,000,000 per occurrence (CSL) Any Auto Bodily Injury and Property Damage WC: Statutory Limits EL: $100,000 per accident for bodily injury or disease D Endorsements and Conditions: 1. ADDITIONAL INSURED: All insurance required above with the exception of Personal Automobile Liability, Workers Compensation and Employers Liability, shall be endorsed to name as additional insured: County of Alameda, its Board of Supervisors, the individual members thereof, and all County officers, agents, employees and representatives. 2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement. 3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance effected or procured by the Contractor shall not reduce or limit Contractor s contractual obligation to indemnify and defend the Indemnified Parties. 4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A: VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor. 5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by any one of the following methods: Separate insurance policies issued for each individual entity, with each entity included as a Named Insured (covered party), or at minimum named as an Additional Insured on the other s policies. Joint insurance program with the association, partnership or other joint business venture included as a Named Insured. 7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice to the County of cancellation. 8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The require certificate(s) and endorsements must be sent to: - Department/Agency issuing the contract - With a copy to Risk Management Unit ( th Street, 3 rd Floor, Oakland, CA 94607) Certificate C-1 Form (Rev. 03/15/06) Page 3 of 3 12/17/04

46 EXHIBIT D-1 COUNTY OF ALAMEDA RFP No for MSA Tobacco Control and Community Contracts CURRENT REFERENCES Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Page 3 of 3 12/17/04

47 EXHIBIT D-2 COUNTY OF ALAMEDA RFP No for MSA Tobacco Control and Community Contracts FORMER REFERENCES Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Address: City, State, Zip Code: Contact Person: Telephone Number: Service Provided: Dates/Type of Service: Company Name: Page 3 of 3 12/17/04

48 1. Complete the application. EXHIBIT E (Page 1 of 4) COUNTY OF ALAMEDA General Services Agency RFP No for MSA Tobacco Control and Community Contracts SMALL, LOCAL AND EMERGING BUSINESS PROGRAM CERTIFICATION INSTRUCTIONS Small Business: Federal Small Business Administration (SBA) gross receipts limit by North American Industry Classification System (NAICS) or Standard Industry Classification (SIC) Codes. Emerging Business: One half of the SBA gross receipt limit by NAICS OR SIC codes and in business less than 5 years. The following items must be attached to your Application: Copies of Signed Federal Tax Returns showing Gross Business Receipts for the last 3 years Copies of Business Licenses Copy of Current Identification (i.e. Driver s License, Identification Card) Copy of Deed, Rental or Lease Agreement showing Business Address Copies of Last 3 completed Contracts and Proposals including name of Contact Person Personal Net Worth Statement (if the business has never filed taxes) Notarized Affidavit If you own less than 51% interest in your business, please indicate other owner(s) name(s), title(s) and percentage of ownership. List all current business and professional licenses. If you have been in business for less than three years, please provide your actual gross receipts received for the period that you have been in business. If you have not been in business for a complete tax year, please provide actual gross receipts to date. The Affidavit must be complete, notarized and attached to the Application. If any item is not applicable, please put N/A in the designated area. If additional space is needed, please attach additional sheet(s). 2. Please mail Application and Supporting Documents to: Alameda County General Services Agency Business Outreach Compliance Office/SLEB 1401 Lakeside Drive, 10 th Floor Oakland, CA Attention: Linda Moore, Business Outreach Officer If you have questions regarding your certification, please contact: Linda Moore or Linda.moore@acgov.org Thank you for your interest in doing business with Alameda County 4/4/06

49 EXHIBIT E (Page 2 of 4) COUNTY OF ALAMEDA General Services Agency RFP No for MSA Tobacco Control and Community Contracts SMALL, LOCAL AND EMERGING BUSINESS PROGRAM CERTIFICATION APPLICATION Section A: Business Information * Asterisk (*) indicates Required Information. *Business Type: Sole Proprietorship Partnership Corporation *Business Name: SLEB Vendor ID Number: DBA (Circle One): Yes or No *Federal Tax Identification Number: *Business Address: *How long at this address: *Business Telephone Number: *Business Start Date: Business Fax Number: *# of Employees: Business Description: Gross Business Receipts for Last Three Years (If first year in business, please list gross receipts received to date): $ 20 $ 20 $ 19 Section B: Contact Information *Name: Address: Phone: *Title: * Address: Fax number: *Composition of Ownership This is a Required Section Public Entity (government, church, school, non-profit, publicly traded) Yes No If Yes, skip Gender and Ethnicity below. The collection of ethnicity and gender data is for statistical and demographic purposes only. Please check the one most applicable category in each column: Ethnicity Gender African American or Black (greater than 50%) Female (greater than 50%) American Indian or Alaskan Native (greater than 50%) Male (greater than 50%) Asian (greater than 50%) Caucasian or White (greater than 50%) Filipino (greater than 50%) Hispanic or Latino (greater than 50%) Native Hawaiian or other Pacific Islander (greater than 50%) Multi-ethnic minority ownership (greater than 50%) Multi-ethnic ownership (50% Minority-50% Non-Minority) Section C: SIC and NAICS Codes Information SIC Code(s) NAICS Code(s) Section D: Business and License Information Please List All Current Business and Professional Licenses: License Type: Date Issued/Expires: Jurisdiction/Issuing Authority: 4/4/06

50 EXHIBIT E (Page 3 of 4) COUNTY OF ALAMEDA General Services Agency RFP No for MSA Tobacco Control and Community Contracts CERTIFICATION RENEWAL APPLICATION SLEB Vendor ID Number: Date of Initial Certification: *Business Name: *Federal Tax Identification Number: - *Business Address: *Business Telephone Number: *Main Contact Name: *How long at this address: Business Fax Number: * Address: Phone: *Gross Business Receipts for Last Three Years: $ 20 $ 20 $ 19 Please Attach Verification of Business Income (Copies of signed Federal Tax Return) Section C: SIC and NAICS Codes Information SIC Code(s) NAICS Code(s) RENEWAL AFFIDAVIT I declare, under penalty or perjury all of the foregoing statements are true and correct. (Signature) (Title) Please mail Application and Supporting Documents to: GSA Purchasing Attention: Linda Moore 1401 Lakeside Drive, 10 th Floor Oakland, CA r County Use Only First Renewal Granted: Second Renewal Granted: Expiration Expiration 12/17/04

COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO /MG/06 (900041) SPECIFICATIONS, TERMS & CONDITIONS For Inmate Chaplaincy Program

COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO /MG/06 (900041) SPECIFICATIONS, TERMS & CONDITIONS For Inmate Chaplaincy Program COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO. 10246/MG/06 (900041) SPECIFICATIONS, TERMS & CONDITIONS For Inmate Chaplaincy Program 10:00 a.m. on SEPTEMBER 6, 2006 At Alameda County Santa Rita Jail Captains

More information

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No COUNTY OF ALAMEDA REQUEST FOR PROPOSAL No. 900054 SPECIFICATIONS, TERMS & CONDITIONS For 10:00 a.m. on Tuesday April 10, 2007 At Alameda County General Services Agency Conference Room #222 1401 Lakeside

More information

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No SPECIFICATIONS, TERMS & CONDITIONS. for Workers Compensation Third Party Administrator

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No SPECIFICATIONS, TERMS & CONDITIONS. for Workers Compensation Third Party Administrator COUNTY OF ALAMEDA REQUEST FOR PROPOSAL No. 900340 SPECIFICATIONS, TERMS & CONDITIONS for Workers Compensation Third Party Administrator 10:00 a.m. on August 1, 2007 at General Services Agency 1401 Lakeside

More information

COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO SPECIFICATIONS, TERMS & CONDITIONS for Ashland and Cherryland Livability Initiative

COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO SPECIFICATIONS, TERMS & CONDITIONS for Ashland and Cherryland Livability Initiative 3:00 p.m. on February 27, 2007 at District Four Meeting Facility 20993 Redwood Court Castro Valley, CA, 94546 COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO. 900286 SPECIFICATIONS, TERMS & CONDITIONS for Ashland

More information

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No for. Medi-Cal and CalFresh Outreach and Enrollment NETWORKING/BIDDERS CONFERENCES

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No for. Medi-Cal and CalFresh Outreach and Enrollment NETWORKING/BIDDERS CONFERENCES COUNTY OF ALAMEDA REQUEST FOR PROPOSAL No. 901016 for Medi-Cal and CalFresh Outreach and Enrollment NETWORKING/BIDDERS CONFERENCES April 4, 2014 1-3 PM 2014 Eden Multi-Service Center. 24100 Amador Street,

More information

COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO. 38. SPECIFICATIONS, TERMS & CONDITIONS for Cremation, Inurnment and Interment Services

COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO. 38. SPECIFICATIONS, TERMS & CONDITIONS for Cremation, Inurnment and Interment Services 3:00 p.m. on April 9, 2007 At 1401 Lakeside Dr. Conference Rm. 1107 Oakland, CA COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO. 38 SPECIFICATIONS, TERMS & CONDITIONS for Cremation, Inurnment and Interment

More information

COUNTY OF ALAMEDA. REQUEST FOR QUOTATION No SPECIFICATIONS, TERMS & CONDITIONS For INMATE TRANSPORT BUS

COUNTY OF ALAMEDA. REQUEST FOR QUOTATION No SPECIFICATIONS, TERMS & CONDITIONS For INMATE TRANSPORT BUS COUNTY OF ALAMEDA REQUEST FOR QUOTATION No. 900044 SPECIFICATIONS, TERMS & CONDITIONS For INMATE TRANSPORT BUS NETWORKING/BIDDERS CONFERENCES At 10:00 a.m. on February 27, 2007 At General Services Agency

More information

COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO

COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO. 900294 SPECIFICATIONS, TERMS & CONDITIONS for OPERATION AND MAINTENANCE SERVICES OF SEWER AND WATER SYSTEMS 10:00 a.m. on APRIL 17, 2007 At Alameda County GSA

More information

General Services Agency

General Services Agency General Services Agency Aki K. Nakao, Director COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO. 10124/AF/03 SPECIFICATIONS, TERMS & CONDITIONS for HARLEY-DAVIDSON POLICE MOTORCYCLES NETWORKING/BIDDERS CONFERENCES

More information

COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO /AN/05 SPECIFICATIONS, TERMS & CONDITIONS. for GRAFFITI ABATEMENT SERVICES

COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO /AN/05 SPECIFICATIONS, TERMS & CONDITIONS. for GRAFFITI ABATEMENT SERVICES COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO. 10225/AN/05 SPECIFICATIONS, TERMS & CONDITIONS for GRAFFITI ABATEMENT SERVICES NETWORKING/BIDDERS CONFERENCES At 2:00 p m. on MARCH 28, 2006 At PUBLIC WORKS

More information

COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO /DO/05. SPECIFICATIONS, TERMS & CONDITIONS for Juvenile Hall of Justice Furniture

COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO /DO/05. SPECIFICATIONS, TERMS & CONDITIONS for Juvenile Hall of Justice Furniture COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO. 10197/DO/05 SPECIFICATIONS, TERMS & CONDITIONS for Juvenile Hall of Justice Furniture 10:00 am on June 8, 2005 At Alameda County General Service Agency 1401 Lakeside

More information

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No SSA-CFS-KSS for Kinship Support Services NETWORKING/BIDDERS CONFERENCES

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No SSA-CFS-KSS for Kinship Support Services NETWORKING/BIDDERS CONFERENCES COUNTY OF ALAMEDA REQUEST FOR PROPOSAL No. 2018-SSA-CFS-KSS for Kinship Support Services NETWORKING/BIDDERS CONFERENCES April 12, 2018, 1:30 PM to 3:30 PM Eden Area Multi-Service Center 24100 Amador Street

More information

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No. HH2010ETX. SPECIFICATIONS, TERMS & CONDITIONS For Environmental Treatment/Safety Device Installation

COUNTY OF ALAMEDA. REQUEST FOR PROPOSAL No. HH2010ETX. SPECIFICATIONS, TERMS & CONDITIONS For Environmental Treatment/Safety Device Installation COUNTY OF ALAMEDA REQUEST FOR PROPOSAL No. HH2010ETX SPECIFICATIONS, TERMS & CONDITIONS For Environmental Treatment/Safety Device Installation NETWORKING/BIDDERS CONFERENCE At 8:00 a.m. on June 15, 2010

More information

Unless you are familiar with the document, you should not do a find replace for RFP or RFQ until you have completed the document.

Unless you are familiar with the document, you should not do a find replace for RFP or RFQ until you have completed the document. Unless you are familiar with the document, you should not do a find replace for RFP or RFQ until you have completed the document. The following outline level format is standard for body text: I. UPPERCASE

More information

Specification Clarification/Modification and Recap of the Networking/Proposers Conferences Held on October 20, 2005 and October 21, 2005

Specification Clarification/Modification and Recap of the Networking/Proposers Conferences Held on October 20, 2005 and October 21, 2005 COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 1 to RFQ No. 10151/MG/05 For Laundry Services for the Alameda County Probation Department Specification Clarification/Modification and

More information

COUNTY OF ALAMEDA ARCHITECTURAL & ENGINEERING PROFESSIONAL SERVICES REQUEST FOR PROPOSAL AND STATEMENT OF QUALIFICATIONS

COUNTY OF ALAMEDA ARCHITECTURAL & ENGINEERING PROFESSIONAL SERVICES REQUEST FOR PROPOSAL AND STATEMENT OF QUALIFICATIONS COUNTY OF ALAMEDA ARCHITECTURAL & ENGINEERING PROFESSIONAL SERVICES REQUEST FOR PROPOSAL AND STATEMENT OF QUALIFICATIONS SPECIFICATIONS, TERMS & CONDITIONS for PERALTA OAKS SEISMIC & TENANT IMPROVEMENTS,

More information

COUNTY OF ALAMEDA. REQUEST FOR QUOTATION SPECIFICATIONS, TERMS & CONDITIONS for STATE COMPLIANT REPORTING AND CLAIM PROCESSING

COUNTY OF ALAMEDA. REQUEST FOR QUOTATION SPECIFICATIONS, TERMS & CONDITIONS for STATE COMPLIANT REPORTING AND CLAIM PROCESSING Alameda County Behavioral Health Care Services 1900 Embarcadero Cove, 4 th Floor Oakland, CA 94606 COUNTY OF ALAMEDA REQUEST FOR QUOTATION SPECIFICATIONS, TERMS & CONDITIONS for STATE COMPLIANT REPORTING

More information

COUNTY OF ALAMEDA. REQUEST FOR PROPOSALS No SSA-AAS-APSCM for APS Case Management Services (APSCM)

COUNTY OF ALAMEDA. REQUEST FOR PROPOSALS No SSA-AAS-APSCM for APS Case Management Services (APSCM) COUNTY OF ALAMEDA REQUEST FOR PROPOSALS No. 2018-SSA-AAS-APSCM for APS Case Management Services (APSCM) For complete information regarding this project, see RFP posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp

More information

Tribal Justice Systems Strategic Planning Services

Tribal Justice Systems Strategic Planning Services SAULT TRIBE REQUEST FOR PROPOSAL (RFP) Tribal Justice Systems Strategic Planning Services The Tribal Justice Systems Strategic Planning Services Agreement is funded by the U. S. Department of Justice,

More information

COUNTY OF ALAMEDA. REQUEST FOR QUOTATION No SPECIFICATIONS, TERMS & CONDITIONS for 2008 FORD CHP CLASS E CROWN VICTORIA

COUNTY OF ALAMEDA. REQUEST FOR QUOTATION No SPECIFICATIONS, TERMS & CONDITIONS for 2008 FORD CHP CLASS E CROWN VICTORIA COUNTY OF ALAMEDA REQUEST FOR QUOTATION No. 900401 SPECIFICATIONS, TERMS & CONDITIONS for 2008 FORD CHP CLASS E CROWN VICTORIA NETWORKING/BIDDERS CONFERENCE at 10:00 a.m. on November 6, 2007 at Alameda

More information

COUNTY OF ALAMEDA. ADDENDUM No. 3. to RFP No SSA-CFS-RPRC. for. Resource Parent Recruitment Campaign MODIFICATIONS TO ORIGINAL RFP DOCUMENT

COUNTY OF ALAMEDA. ADDENDUM No. 3. to RFP No SSA-CFS-RPRC. for. Resource Parent Recruitment Campaign MODIFICATIONS TO ORIGINAL RFP DOCUMENT Lori A. Cox, Agency Director COUNTY OF ALAMEDA ADDENDUM No. 3 to RFP No. 2017-SSA-CFS-RPRC for Resource Parent Recruitment Campaign MODIFICATIONS TO ORIGINAL RFP DOCUMENT AND ATTACHMENT No. 1, BID RESPONSE

More information

COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 2 to RFQ No. 38 for Cremation, Inurnment and Interment Services

COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 2 to RFQ No. 38 for Cremation, Inurnment and Interment Services COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 2 to RFQ No. 38 for Cremation, Inurnment and Interment Services Specification Clarification/Modification and Recap of the Networking/Proposers

More information

Free parking is available RESPONSES DUE on Friday December 2, 2011 By 2:00 pm to Alameda County Behavioral Health Care Services, Attn: Gilda Mansour

Free parking is available RESPONSES DUE on Friday December 2, 2011 By 2:00 pm to Alameda County Behavioral Health Care Services, Attn: Gilda Mansour ALCOHOL, DRUG & MENTAL HEALTH SERVICES MARYE L. THOMAS, M.D., DIRECTOR 2000 Embarcadero Cove, Suite 400 Oakland, California 94606 (510) 567-8100 / TTY (510) 533-5018 ALAMEDA COUNTY BEHAVIORAL HEALTH CARE

More information

Area Agency on Aging Directors, Area Agency on Aging Association of Michigan, MDSA, Disability Networks, MMAP, Inc.

Area Agency on Aging Directors, Area Agency on Aging Association of Michigan, MDSA, Disability Networks, MMAP, Inc. DATE: October 25, 2017 TO: FROM: Area Agency on Aging Directors, Area Agency on Aging Association of Michigan, MDSA, Disability Networks, MMAP, Inc. Richard Kline, Senior Deputy Director SUBJECT: Revised

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Women s Leadership Training in Sri Lanka RFP/17/027

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Women s Leadership Training in Sri Lanka RFP/17/027 INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Women s Leadership Training in Sri Lanka 12/2/2016 TABLE OF CONTENTS 1 INTRODUCTION...3 1.1 PURPOSE...3 1.2 COVERAGE & PARTICIPATION...3

More information

COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO /DN/05 SPECIFICATIONS, TERMS & CONDITIONS. for NETWORKING/BIDDERS CONFERENCES

COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO /DN/05 SPECIFICATIONS, TERMS & CONDITIONS. for NETWORKING/BIDDERS CONFERENCES COUNTY OF ALAMEDA REQUEST FOR QUOTATION NO. 10214/DN/05 SPECIFICATIONS, TERMS & CONDITIONS for Motorola Handheld Radios, ANSI/TIA/EIA-102 Compliant, Commonly Referred To As Project 25 (P25) NETWORKING/BIDDERS

More information

COUNTY OF ALAMEDA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS #3056 ****** SPECIFICATIONS, TERMS & CONDITIONS FOR DMA 2000 MITIGATION PLANNING

COUNTY OF ALAMEDA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS #3056 ****** SPECIFICATIONS, TERMS & CONDITIONS FOR DMA 2000 MITIGATION PLANNING COUNTY OF ALAMEDA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS #3056 ****** SPECIFICATIONS, TERMS & CONDITIONS FOR DMA 2000 MITIGATION PLANNING NETWORKING AND INFORMATION CONFERENCES At First Networking

More information

COUNTY OF ALAMEDA BEHAVIORAL HEALTH CARE SERVICES INFORMAL REQUEST FOR QUOTE (IRFQ) for

COUNTY OF ALAMEDA BEHAVIORAL HEALTH CARE SERVICES INFORMAL REQUEST FOR QUOTE (IRFQ) for ALCOHOL, DRUG & MENTAL HEALTH SERVICES MARYE L. THOMAS, M.D., DIRECTOR 2000 Embarcadero Cove, Suite 400 Oakland, California 94606 (510-) 567-8100 / TTY (510) 533-5018 COUNTY OF ALAMEDA BEHAVIORAL HEALTH

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

ARCHIVED - MAY 20, 2014

ARCHIVED - MAY 20, 2014 TEXAS POLICY In Texas, organizations contracting directly with the Texas Department of Agriculture (TDA) to operate nutrition programs federally funded through the United States Department of Agriculture

More information

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015 Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015 The Housing Authority of the Town of Glastonbury (the GHA ) is seeking a qualified firm to serve

More information

Health Care Reform, Substance Abuse Prevention and Treatment. DAS Professional Advisory Committee Meeting June 18, 2010

Health Care Reform, Substance Abuse Prevention and Treatment. DAS Professional Advisory Committee Meeting June 18, 2010 Health Care Reform, Substance Abuse Prevention and Treatment DAS Professional Advisory Committee Meeting June 18, 2010 The Patient Protection and Affordable Care Act The Patient Protection and Affordable

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

COUNTY OF ALAMEDA. Contact Person: Bruce Jensen. Phone Number: (510) Address:

COUNTY OF ALAMEDA. Contact Person: Bruce Jensen. Phone Number: (510) Address: COUNTY OF ALAMEDA REQUEST FOR PROPOSAL No. 16-CCA-1 for Alameda County Community Choice Aggregation / East Bay Community Energy: Multi-Service Technical and Administrative Tasks for Joint Powers Authority

More information

EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES. Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m.

EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES. Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m. REQUEST FOR PROPOSALS: EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m. To be considered, proposals must be signed and returned

More information

Request for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation

Request for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation Request for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation Issue Date: November 5, 2013 Project Title: Issuing Organization: Process/Outcome/Cost Benefit Evaluation The Family Recovery Program,

More information

General Services Agency

General Services Agency General Services Agency Aki K. Nakao, Director COUNTY OF ALAMEDA REQUEST FOR PROPOSAL NO. 016-1-1656 SPECIFICATIONS, TERMS & CONDITIONS for PRE-PLACEMENT PHYSICAL EXAMINATIONS EMPLOYEE OCCUPATIONAL HEALTH

More information

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information

DEPARTMENT OF PUBLIC WORKS RECYCLING DIVISION REQUEST FOR PROPOSALS FOR SOLID WASTE CONSULTANT

DEPARTMENT OF PUBLIC WORKS RECYCLING DIVISION REQUEST FOR PROPOSALS FOR SOLID WASTE CONSULTANT DEPARTMENT OF PUBLIC WORKS RECYCLING DIVISION REQUEST FOR PROPOSALS FOR SOLID WASTE CONSULTANT Submittal Deadline: March 2, 2015 4:00 PM Vallejo City Hall 555 Santa Clara St., 4th Vallejo, CA 94590 Derek.Crutchfield@cityofvallejo.net

More information

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Bid#2016-10-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

FILLABLE FORMS TEMPLATE INSTRUCTIONS TO BIDDERS

FILLABLE FORMS TEMPLATE INSTRUCTIONS TO BIDDERS FILLABLE FORMS TEMPLATE INSTRUCTIONS TO BIDDERS Bidders must use the Fillable Forms Template to submit proposals. Bidders must to submit one original hardcopy proposal in a binder, including additional

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

COUNTY OF ALAMEDA. Contact Person: Bruce Jensen. Phone Number: (510) Address:

COUNTY OF ALAMEDA. Contact Person: Bruce Jensen. Phone Number: (510) Address: COUNTY OF ALAMEDA REQUEST FOR PROPOSAL No. 15-CCA-1 for Technical Study for Community Choice Aggregation Program in Alameda County For complete information regarding this project, see RFP posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp

More information

FLORIDA DEPARTMENT OF HEALTH BUREAU OF TOBACCO PREVENTION PROGRAM REQUEST FOR APPLICATIONS FOR GRANT OPPORTUNITY DOH FA

FLORIDA DEPARTMENT OF HEALTH BUREAU OF TOBACCO PREVENTION PROGRAM REQUEST FOR APPLICATIONS FOR GRANT OPPORTUNITY DOH FA FLORIDA DEPARTMENT OF HEALTH BUREAU OF TOBACCO PREVENTION PROGRAM REQUEST FOR APPLICATIONS FOR GRANT OPPORTUNITY DOH FA 09-012 Florida Acute Care Hospitals of 400 Beds or Less Tobacco Cessation and Counseling

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

REQUEST FOR PROPOSAL FOR SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM (CALFRESH)- SNAP TO SKILLS EMPLOYMENT AND TRAINING PROGRAM

REQUEST FOR PROPOSAL FOR SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM (CALFRESH)- SNAP TO SKILLS EMPLOYMENT AND TRAINING PROGRAM Date of Notice: June 20, 2016 RFP NO. DHA-2017-004, Reissue REQUEST FOR PROPOSAL FOR SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM (CALFRESH)- SNAP TO SKILLS EMPLOYMENT AND TRAINING PROGRAM Page i of v Included

More information

General Services Agency

General Services Agency COUNTY OF ALAMEDA REQUEST FOR INFORMATION/INTEREST For INSURANCE BROKERAGE SERVICES OWNER CONTROLLED INSURANCE PROGRAM (OCIP) SERVICES PRE-PROPOSAL INFORMATIONAL MEETING 9:00 a.m., on Friday, July 6, 2001

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS ALCOHOL OR DRUG (AOD) CASE MANAGEMENT, ASSESSMENT, & RELATED SERVICES Date Issued: February 14, 2018 DUE: 11:30 a.m. Thursday, March 15, 2018 Bidders must submit four (4) proposal

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

REQUEST FOR PROPOSALS #10652

REQUEST FOR PROPOSALS #10652 COUNTY OF MONTEREY CONTRACTS/PURCHASING DIVISION 1488 SCHILLING PLACE SALINAS, CA 93901 (831) 755-4990 REQUEST FOR PROPOSALS #10652 for ON-CALL GREASE TRAP AND SEWER LIFT STATION PUMPING, WATER JETTING

More information

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services Addendum No. 2 Q&A Responses ADDENDUM NO. 2 State of Florida Department of Management Services INVITATION TO Negotiate (ITN) No. 02 973 000 A Management Consulting and Auditing Services August 30, 2012

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ARCHITECTURAL OR ENGINEERING FIRM Design of a New Maintenance Facility - District 4 Reference No. 4-094 The Pennsylvania Turnpike Commission (PTC) will

More information

STATE OF NORTH CAROLINA REQUEST FOR PROPOSALS RFP #400841

STATE OF NORTH CAROLINA REQUEST FOR PROPOSALS RFP #400841 STATE OF NORTH CAROLINA REQUEST FOR PROPOSALS RFP #400841 TITLE: USING AGENCY: Minority Outreach Coordinator for the Health and Wellness Trust Fund Commission Teen Tobacco Use Prevention and Cessation

More information

COMPLIANCE GUIDELINES

COMPLIANCE GUIDELINES COMPLIANCE GUIDELINES Commission s goal is to assist its Contractors and Grantees (collectively referred to as Contractor ), in successfully achieving and sustaining identified outcomes for children, families,

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 1 to RFQ No For 800 MHz Amplification Project (Santa Rita Jail)

COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 1 to RFQ No For 800 MHz Amplification Project (Santa Rita Jail) COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 1 to RFQ No. 900378 For 800 MHz Amplification Project (Santa Rita Jail) Specification Clarification/Modification and Recap of the MANDATORY

More information

ADDENDUM NO. 2 REQUEST FOR INFORMATION. for. Contracted Marketer. Landfill Biomethane Gas from Keithville, Louisiana.

ADDENDUM NO. 2 REQUEST FOR INFORMATION. for. Contracted Marketer. Landfill Biomethane Gas from Keithville, Louisiana. ADDENDUM NO. 2 to REQUEST FOR INFORMATION for Contracted Marketer Landfill Biomethane Gas from Keithville, Louisiana April 25, 2016 This addendum includes answers to questions from interested firms: Q.

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES... TABLE OF CONTENTS CHAPTER 1 THRESHOLDS AND PROCEDURES... 2 SECTION 1.1 OVERVIEW... 2 SECTION 1.2 METHODS OF... 2 Subsection 1.2.a Micro-purchases... 2 Subsection 1.2.b Small Purchase Procedures... 3 Subsection

More information

UNITED STATES DEPARTMENT OF AGRICULTURE Rural Utilities Service RUS BULLETIN

UNITED STATES DEPARTMENT OF AGRICULTURE Rural Utilities Service RUS BULLETIN UNITED STATES DEPARTMENT OF AGRICULTURE Rural Utilities Service RUS BULLETIN 1780-26 SUBJECT: Guidance for the Use of Engineers Joint Contract Documents Committee (EJCDC) Documents on Water and Waste Disposal

More information

Procurement Federal Programs

Procurement Federal Programs 626. ATTACHMENT Procurement Federal Programs This document is intended to integrate standard district purchasing procedures with additional requirements applicable to procurements that are subject to the

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Needs Assessment and Feasibility Study For New El Centro Public Library Facility Release Date: January 22, 2015 Contact Information: City of El Centro Community Services Department

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

Establishing Worksite Wellness Programs for North Carolina Government Employees, 2008

Establishing Worksite Wellness Programs for North Carolina Government Employees, 2008 COMMUNITY CASE STUDY Establishing Worksite Wellness Programs for North Carolina Government Employees, 2008 Suzanna Young, MPH; Jacquie Halladay, MD, MPH; Marcus Plescia, MD, MPH; Casey Herget, MSW, MPH;

More information

Building a Future of Financial Stability: Integrating Asset Building into Alameda County Social Services Agency s Services

Building a Future of Financial Stability: Integrating Asset Building into Alameda County Social Services Agency s Services Building a Future of Financial Stability: Integrating Asset Building into Alameda County Social Services Agency s Services Jennifer Kaley EXECUTIVE SUMMARY The number of financially vulnerable families

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The

More information

Procurement Federal Programs

Procurement Federal Programs 626. ATTACHMENT Procurement Federal Programs This document is intended to integrate standard district purchasing procedures with additional requirements applicable to procurements that are subject to the

More information

PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE FIRST 5 LA FACILITY RENOVATION PROJECT REQUEST FOR PROPOSALS (RFP)

PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE FIRST 5 LA FACILITY RENOVATION PROJECT REQUEST FOR PROPOSALS (RFP) PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE FIRST 5 LA FACILITY RENOVATION PROJECT REQUEST FOR PROPOSALS (RFP) Los Angeles County Children and Families First Proposition 10 Commission (aka First

More information

REQUEST FOR PROPOSALS SEX OFFENDER TREATMENT SERVICES LANE COUNTY, OREGON 1. INVITATION AND OVERVIEW

REQUEST FOR PROPOSALS SEX OFFENDER TREATMENT SERVICES LANE COUNTY, OREGON 1. INVITATION AND OVERVIEW LANE COUNTY, OREGON REQUEST FOR PROPOSALS SEX OFFENDER TREATMENT SERVICES 1. INVITATION AND OVERVIEW 1.1 Invitation. Lane County invites proposals from qualified vendors for Sex Offender Treatment Services.

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2019-01 SECTION EIGHT MANAGEMENT ASSESSMENT PROGRAM (SEMAP) AUDITING SERVICES DATE ISSUED: Tuesday,

More information

Bidder s Conference: Philadelphia Works Board Room September 26, :00 PM to 3:00 PM

Bidder s Conference: Philadelphia Works Board Room September 26, :00 PM to 3:00 PM Request for Proposals Vocational Skills Training for Fiscal Year 2019 Bidder s Conference: Philadelphia Works Board Room September 26, 2018 1:00 PM to 3:00 PM 20180701VSTRFPELM Introduction Philadelphia

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE:

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: September 11, 2007 RE: Price Quote (PQ) Dear Quoters: This is an invitation

More information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

More information

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Prepared by: Ken Crawford DUE: April 17, 2018 2:00 PM Mountain Time Ogden City School District Purchasing Department Room #210 1950 Monroe Blvd.

More information

CALTRANS DBE/ UDBE REQUIREMENTS

CALTRANS DBE/ UDBE REQUIREMENTS Napa County Transportation & Planning Agency 625 Burnell St. Napa, CA 94553 Phone (707) 259-8631 Fax (707) 259-8638 nctpa.net vinetransit.com CALTRANS DBE/ UDBE REQUIREMENTS NCTPA has established a Disadvantage

More information

A Framework for Implementing the Patient Protection & Affordable Care Act to Improve Health in Latino Communities

A Framework for Implementing the Patient Protection & Affordable Care Act to Improve Health in Latino Communities The Latino Coalition for a Healthy California A Framework for Implementing the Patient Protection & Affordable Care Act to Improve Health in Latino Communities Preamble Twenty years ago, the Latino Coalition

More information

26 May 2015 before 5 :00 PM. 2 June before 4 :00 PM.

26 May 2015 before 5 :00 PM. 2 June before 4 :00 PM. Synopsis of the RFP ENGLISH DAI, a USAIDfunded contractor is implementing the program Feed the Future Northern Corridor (AVANSE). DAI invites qualified firms to submit their proposals for security services.

More information

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker REQUEST FOR PROPOSAL FOR Spokane Tribal Benefits Broker PROPOSAL Number: RFP17-023 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA 99040 KEY

More information

HOUSING AUTHORITY OF THE CITY OF TULSA

HOUSING AUTHORITY OF THE CITY OF TULSA HOUSING AUTHORITY OF THE CITY OF TULSA 415 EAST INDEPENDENCE TULSA, OKLAHOMA 74106 REQUEST FOR PROPOSALS FOR PROFESSIONAL INSURANCE BROKERAGE AND ALL RELATED CONSULTING SERVICES RFP #18-081 Proposal Deadline:

More information

REQUEST FOR PROPOSAL FOR:

REQUEST FOR PROPOSAL FOR: REQUEST FOR PROPOSAL FOR: Early Childhood Initiative Project Evaluator White Mountains Community College-Berlin, NH WMC15-03 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract

More information

SEALED BID REQUEST FOR PROPOSAL. Law Enforcement Liaison

SEALED BID REQUEST FOR PROPOSAL. Law Enforcement Liaison Department of Public Safety 103 South Main Street 802-241-5501 Waterbury, VT 05671-2101 http://bgs.vermont.gov/purchasing SEALED BID REQUEST FOR PROPOSAL Law Enforcement Liaison RFP #DPS1271 ISSUE DATE:

More information

Section 7000 Procurement

Section 7000 Procurement Section 7000 Procurement Table of Contents 7100 Conflicts of Interest 7110 Conduct of Employees 7200 Procurement Methods 7210 Small Purchase 7220 Competitive Sealed Bids 7230 Competitive Negotiation 7240

More information

INFORMATIONAL MEETING/ BIDDERS CONFERENCES Date Time Location. 1:30 pm - 3:30 pm. 9:00 am 11:00 am

INFORMATIONAL MEETING/ BIDDERS CONFERENCES Date Time Location. 1:30 pm - 3:30 pm. 9:00 am 11:00 am ALCOHOL, DRUG & MENTAL HEALTH SERVICES CAROL F. BURTON, MSW, INTERIM, DIRECTOR Network Office 1900 Embarcadero Cove, Suite 205 Oakland, California 94606 510. 567.8296 ALAMEDA COUNTY BEHAVIORAL HEALTH CARE

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

APPROVED REVISED TWO YEAR BUDGET

APPROVED REVISED TWO YEAR BUDGET 2017-2019 APPROVED REVISED TWO YEAR BUDGET 2405 Tulare Street, Suite 200 Fresno, CA 93721 (559) 558-4900 www.first5fresno.org Table of Contents Revised Two Year Budget Activity Summary.. 2 Revised Two

More information

Proposed 2017 Haldimand-Norfolk BOARD OF HEALTH Operating Budget Table of Contents

Proposed 2017 Haldimand-Norfolk BOARD OF HEALTH Operating Budget Table of Contents Proposed Haldimand-Norfolk BOARD OF HEALTH Operating Budget Table of Contents Board of Health Approved Initiatives... 1 PUBLIC HEALTH NET LEVY REQUIREMENT..4 PUBLIC HEALTH SUMMARY... 5 Program Based Grants...

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

STATE OF FLORIDA. DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen

STATE OF FLORIDA. DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen INTERN RECRUITMENT AND SUPERVISION SERVICES COMMODITY CODE 973-400 REQUEST FOR PROPOSAL

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information